MODIFICATION
C -- UPGRADE VENTILATION AT UD
- Notice Date
- 8/5/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Contracting Office (90C-H);VA Pittsburgh Healthcare System;7180 Highland Drive;Pittsburgh PA 15206
- ZIP Code
- 15206
- Solicitation Number
- VA24410RP0334
- Response Due
- 8/23/2010
- Archive Date
- 9/22/2010
- Point of Contact
- Bill Matelan
- E-Mail Address
-
cting
- Small Business Set-Aside
- N/A
- Description
- V A Pittsburgh Healthcare System is seeking professional design services from an architect-engineering (A/E) firm to develop construction contract drawings and specifications to upgrade the ventilation systems in approximately 43,000 square feet of office space in the partial West Wings of the Fourth, Fifth, and Sixth Floors and the entire West Wings of the Seventh, Eighth, Ninth, Tenth, and Eleventh Floors of Building One at the University Drive Division of the VA Pittsburgh Healthcare System. This work includes architectural, electrical, mechanical (including HVAC and control replacement), plumbing, structural, asbestos abatement, monitoring, and site modifications. This project includes, but is not limited to, the following: Improving the overall air quality in the partial West Wings of the Fourth, Fifth, and Sixth Floors and the entire West Wings of the Seventh, Eighth, Ninth, Tenth, and Eleventh Floors; and improve the reliability of the HVAC system in these areas. After removing the existing air handling units that service these areas, a new roof-mounted air handling unit and main supply / return ducts are to be installed. Existing ductwork to individual rooms and existing terminal units shall remain, unless removal is required to implement the design. In addition to supplying air to the entire West Wings of the Seventh, Eighth, Ninth, Tenth, and Eleventh Floors, the air handling system designed under subject project shall have the capacity to supply air to those rooms currently serviced by the air handling units located in Rooms 4W102, 5W102, and 6W102. The design shall include the demolition and removal of the existing air handling units and ductwork in these rooms and installation of main supply and return ducts that will tie into the new air handling system to be designed under subject project. Evaluating the capacity of the existing air handling unit located on the roof of the east section of Building 1 to verify whether said unit has sufficient capacity to service the revised HVAC system for the West Wing of the affected floors; and designing an air handling system to service the West Wing of the affected floors based on this evaluation Evaluating the capacity of the existing steam-to-water heat exchanger system located in Room 7E103 to verify whether the existing heat exchanger system is of sufficient capacity to service the new heating system for the West Wing of the affected floors. The two heat exchangers in Room 7E103 are intended to be operated in a lead-lag configuration and provide 100% standby service. The heat exchangers are capable of serving the reheat loads for floors 7-11, which includes the west wing, core area ("north"), and the east wing. A/E must design a steam-to-hot water heat exchanger system to service the West Wing of the affected floors based on the evaluation of the current heat exchanger system. In lieu of a face-and-bypass, A/E shall consider a design that includes a preheat glycol converter connected to the first heating coil. This type of system is currently installed in AC-4 located on the second floor of Building 1. Evaluation and design for replacement of the existing HVAC mechanical and ventilation system servicing the affected space including the removal of existing air handling units and necessary ductwork; installation of a new roof-mounted air handling unit and main supply and return duct and the interface with the existing energy management system and graphics display Evaluation and design modifications to the existing electrical distribution system servicing the affected space to provide sufficient power to all new HVAC equipment and DDC controls associated with the upgrade of the ventilation system Evaluation and design modifications to the existing structure to accommodate any additional loads or impacts to the affected areas resulting from the upgrade of the ventilation system Evaluation and design modifications to the existing plumbing system servicing the affected space to provide sufficient supply and return lines for all new HVAC equipment in the area and rerouting of existing plumbing, including sprinkler piping, resulting from the upgrade of the ventilation system Designing for repairs and revisions to all interior and exterior finishes (including roofs, floors, ceilings, casework, doors, windows, and wall surfaces) affected by the HVAC, plumbing, structural, and electrical distribution modifications so that existing finishes are matched wherever possible Field verification of existing space and existing utilities servicing the affected space Design and C.I.H. Services for asbestos abatement of the renovated space including the monitoring of abatement activities, air sampling, and final Transmission Electron Microscopy (TEM) clearances of containment areas Construction in the West Wings of the Fourth, Fifth, Sixth, Seventh, Eighth, Ninth, Tenth, and Eleventh Floors shall be addressed in multiple phases to allow for hospital operations to continue during construction. Phasing will be determined during the 50% Design Review meeting. Phasing work shall be completed within budget while allowing the VA to continue operations with minimal interference. Recommending bid alternatives as necessary to meet the budget limitations Following the guidelines established in the VA Pittsburgh Master Space Plan to enhance services at the University Drive Division. All designs shall be in compliance with space criteria as referenced in VA Handbook 7610. Responsibility for providing certified industrial hygiene services to perform asbestos survey investigations, bulk sampling, development of specifications and drawings, and construction period services All designs shall be accomplished in accordance with VA guidelines and VA master specifications, which are available on the Internet at http://www.va.gov/facmgt/standard. A/E shall pay particular attention to UFAS, NFPA, BOCA, VA Handbook 7610 space criteria and VA Program Guide PG-18-12 Design Guides. Making site visits as necessary to survey existing conditions Responding to submittals and other requests in a timely manner Keeping minutes of all meetings concerning this project and distributing to required parties within 3 days of the meeting Meeting all applicable and most current federal and state codes/requirements Designing using V A Standards for Construction which are available at http://www.cfm.va.gov/TIL This requisition is unrestricted; the construction estimate is between $2,000,000 and $5,000,000; the NAICS code is 541330: and the small business size standard is $4,500,000. Interested firms shall submit three (3) copies of current SF 330 (available on-line at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF) to the attention of: Bill Matelan, Contracting Officer, V A Pittsburgh Healthcare System, 7180 Highland Drive 90C-H, Pittsburgh, PA 15206. The outer envelope must clearly identify the Solicitation Number (VA-244-10-RP-0334) and the project name (Ventilation Upgrade). Hand -delivered information packages will be accepted in addition to sent those by US Mail or an independent delivery service. In addition to the SF-330's, please include a cover sheet containing the following information: NAME AND ADDRESS OF COMPANY NUMBER OF COMPLETED AND/OR CURRENT VA PROJECTS SOCIO-ECONOMIC STATUS OF AND DUNS NUMBERS FOR CONTRACTOR AND ALL PROPOSED CONSULTANTS Phone inquiries, faxes, and electronic submissions will not be accepted. The deadline for receipt of SF-330's by the Contracting Officer is August 26, 2010 at 4:00 pm (Eastern). Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (CCR and ORCA registration, et al.) This is not a request for proposal and further information is not available at this time. The Government is under no obligation to award a contract as a result of this announcement. Contracting Office Address: Department of Veterans Affairs; Contracting Office (90C-H); VA Pittsburgh Healthcare System; 7180 Highland Drive; Pittsburgh PA 15206
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24410RP0334/listing.html)
- Record
- SN02230205-W 20100807/100805235410-ec3dc2b22a5eba632cd7ef63b9e25069 (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 |