SOURCES SOUGHT
C -- RECOVERY C--"Recovery Act Acquisition" Design of ECMS for Canandaigua
- Notice Date
- 10/8/2009
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;National Energy Business Center 001E(B);4141 Rockside Rd;Seven Hills, OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA-776-10-RI-0011
- Response Due
- 11/9/2009
- Archive Date
- 1/8/2010
- Point of Contact
- Sherri L Stephan
- E-Mail Address
-
work
(Sherri.Stephan@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for the following services related to "Recovery Act" Project No: R101-09-055 (Canandaigua, NY) - "Upgrade Lighting, Install Lighting Controls, Improve Temperature Control, Improve Building Envelope, Upgrade HVAC, Improve Motors, Install Energy Management, Other Measures including steam trap replacement at the Canandaigua VA Medical Center, Canandaigua, New York Facility". The VA Medical Center is seeking professional architect/engineering firms to provide investigative services, construction documents, working drawings, specifications and cost estimates, shop drawing reviews, and construction administration period services as required to: 1.UPGRADE LIGHTING: Lighting Efficiency Measures, including utilizing existing lighting surveys and conduct a new survey of existing light fixtures within Buildings 1,2,3,4,5,6,7,8,9,10,11,12,37,118 and connecting corridors to result in a design to upgrade lighting to more energy efficient lighting, primarily but not exclusively relamping and reballasting T 12 lamp fixtures with T 8 lamps. Replacement of parking lot and Security wall-pack lights with more efficient luminary units is part of this project. 2.INSTALL LIGHTING CONTROLS: Install occupancy sensors and daylight harvesting within Buildings 1,2,3,4,5,6,7,8,9,10,11,12,37,118. Integrate lighting control with existing Automated Logic Energy Management system. 3.IMPROVE TEMPERATURE CONTROL: Install Programmable Thermostat for building 20. 4.IMPROVE BUILDING ENVELOPE: Replace original windows with energy efficient thermo-pane windows including commercial grade screens in all connecting tunnels (approximately 227 units) and Building 5 (approximately 122 units). Replace approximately (50) exterior doors including frames, throughout the Medical Center with energy efficient doors to match existing architecture with low profile panic exit hardware. 5.UPGRADE THE HVAC: Replace (3) existing through the wall AC/ Steam Heat fan coil units and (3) window AC unit with new efficient multi-zone split ducted system including provisions for induction of outside in Building 1, Rooms 121, 124, 125, & 126. Replace through the wall AC/hotwater Heat fan coil units in Building 118, with energy efficient split condenser ducted AC unit with induction of outside air. Replace window AC units in Building 6 with energy efficient split condenser ducted AC units with induction of outside air. 6.IMPROVE MOTORS: ) Electric Motor Measures and Variable Frequency Drives, includes field verifying motor data on an existing freight elevator motors, design replacements with premium efficiency motors, design installation of variable frequency drives on air handling unit motors, including associated integration into the Building Automation System for a fully functional system. Add Variable speed drives to supply and return fans in Bldg 1; lab presently has variable vortex control. Replace non-functioning drives in attics for various air handling units. 7.INSTALL ENERGY MANAGEMENT SYSTEM: ) To include Bldgs 1,2,3,4,5,6,7,8,9, 10, 11, 33,37 & 118 and connecting corridors; Improve, Upgrade and Expand Building Automation System/Energy Management System, includes conducting a survey of the existing Building Automation System (BAS) & Energy Management System (EMS), Add control package to main steam valves (D208) to Automated Logic Controls head end to optimize valve opening and closing with a global sensor, Individual set points and temperature/pressure monitoring for each Bldg. Add control package to hot water heaters mentioned above to head end to include set point, on - off function, alarm points and monitoring to optimize operation To include Bldgs 1,3,6,7,8,9,33 & 37. Add control package to Automated Logic Controls Head end to Bldg 1 north end 3rd floor to upgrade from pneumatics to DDC. Add control package to Automated Logic Controls Head end to Bldg 1 north end 1st floor to upgrade from pneumatics to DDC. Add control package to Automated Logic Controls Head end to Bldg 4 Canteen rear area for optimal start-stop scheduling. Add control package to Automated Logic Controls Head end to Bldg 34 Chiller for optimal start stop. Add control package to Automated Logic Controls Head end to Bldg 33 pharmacy to upgrade from pneumatics to DDC. Also replace condensing unit located outside Add control package to Automated Logic Controls Head end to Bldg 1 Trane Chiller for optimal start- stop. Add control package to Automated Logic Controls Head end to Bldg 2 outpatient pharmacy to upgrade from pneumatics to DDC. Also replace condensing unit located outside. Replace inefficient heating cooling valves and actuators throughout complex with positive close off valves and standardize actuators to 0-10 volts. 8.OTHER MEASURES: Survey, evaluate application and condition and repair/replace steam traps throughout complex including both high pressure and low pressure systems, Insulate exposed pipe and fittings, repair/replace torn pipe insulation throughout complex in service rooms, and attics and Bldg 2 Veterans Service Center. Replace all domestic instantaneous hot water heater that are not functioning efficiently or beyond repair with a new more efficient water heaters; There are two per Bldg To include Bldgs 1,3,4, 5,6,7,8,9,37 It is also the intent to complete the design as early as possible in Fiscal Year (FY 2010) second (2nd) Quarter (January-March) to permit for construction solicitation and construction award in the third quarter of Fiscal Year 2010. Ultimately, an expedited design package will be required. The general scope of work for all measures shall include providing sufficient information to apply for applicable New York State Energy Research and Development Agency (NYSERDA) incentives under program opportunity notice (PON) 1219 Existing Building Program for energy conservation measures designed, including providing the information in the format required by the NYSERDA PON. All work will be in strict accordance with the latest codes and standards according to, yet not limited to, the Latest versions of VA Master Constructions Specs, Joint Commission on Accreditation of Healthcare Organization (JCAHO) Environment of Care Standards, VA HVAC and Electrical Design Manual, Commissioning for Federal Facilities, and M&V Guidelines. The following Evaluation Criteria will be used during the A/E selection process: (criteria are listed in no particular order of importance) 1. Team proposed for this project; 2. Proposed Management Plan to meet schedule; 3. Previous experience of team proposed for this project. 4. Location and facilities of working offices; 5. Proposed design approach for this project; 6. Project control; 7. Estimating effectiveness; 8. Miscellaneous experience and capabilities; 9. Awards & recommendations; 10. Insurance & litigations. Firms desiring consideration must also have a working office and key personnel assigned within a 100 mile drive distance of the Canandaigua VA Medical Center, 400 Fort Hill, Canandaigua, NY, 14424 as measured by mapquest, googlemaps, or similar. All interested A/E firms are invited to submit an electronic version to Sherri.Stephan@va.gov (no phone calls will be accepted) of Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. (Standard Form 330 can be obtained at the following web site: http;//www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF) The estimated construction cost for this project is between $2,000,000.00 and $3,000,000.00. The NAICS code for this procurement is 541310. Responses must be received no later than November 9th, 2009 and please submit all data to: Attn: Contracting Officer, Richard Dahmen VA National Energy Business Center (NEBC) via electronic submission to Sherri.Stephan@va.gov (no phone calls will be accepted) Places of Performance:(VA Canandaigua) - 400 Fort Hill Ave, Canandaigua, NY 14424 Point of Contact:Sherri L. Stephan Contract Specialist 4141 Rockside Rd. Seven Hills, OH 44131 216-447-8300 x3590
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dcf9db53abf83d3d7bffd83001f8838f)
- Place of Performance
- Address: VA Canandaigua Medical Center
- Zip Code: 14424
- Zip Code: 14424
- Record
- SN01982623-W 20091010/091008235249-dcf9db53abf83d3d7bffd83001f8838f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |