Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
DOCUMENT

Y -- DESIGN-BUILD BIOMASS COGENERATION PLANT BATH VA MEDICAL CENTER - Attachment

Notice Date
5/25/2011
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70111RP0229
 
Response Due
6/9/2011
 
Archive Date
8/8/2011
 
Point of Contact
Shaun McWeeny
 
E-Mail Address
Office Email
(shaun.mcweeny@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE DESCRIPTION: The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) anticipates soliciting offers and subsequently awarding a single, Firm-Fixed-Price contract for the design and construction of a Biomass Fueled Co-Generation Energy Center. The Co-Generation Energy Center shall produce electricity and steam to supplement the existing steam plant; thus reducing the consumption of fossil fuels and significantly off-setting the use of electricity from off-site sources. The contractor shall furnish all labor, design, materials, supplies, and travel, to perform work under this project. The work will include but not be limited to general construction, alterations, mechanical, plumbing, fire protection, utility systems, asbestos abatement, necessary removal of existing structures, construction, and certain other items. LOCATION: The Biomass fueled Co-Generation Energy Center shall be developed on property owned by the Department of Veterans Affairs in the following location: Bath VA Medical Center 17 Veterans Avenue Bath, New York 14810 PROJECT SCOPE: The contractor shall be required to provide all work as a Turn-Key, Design-Build with a full design, including drawings and specifications, being developed and approved by the VA prior to equipment procurement and construction. The contractor, at a minimum, shall also perform the following as part of this project: Provide a fully proven woody biomass gasification system based on a proven technology for which operating commercial applications of the gasifier system exist. Gasification equipment shall be capable of utilizing local area wood chips from forest slash, hog wood, bark, willow, Ash trees culled due to beetle infestation when chipped in the field per DEC requirements, chipped pallets and similar wood wastes. Locally grown switch grass briquettes shall also be capable of being gasified when properly blended with other woody biomass feed stocks. Provide a 1200 kWe to 1800 kWe Internal Combustion (I/C) engine driven A/C generator which is designed to run on both low Btu biomass derived syn-gas (conditioned) and pipeline natural gas when blended with air or syn-gas. The biomass fueled generator is to provide prime power electricity to both the Bath VA hospital distribution system and NYSEG electric grid in a paralleling operation, with black start capability and grid isolation in the event there is a loss of grid power. It is not the intent of the project to sell electric power back to the utility, nor for the facility to "island" except during utility outages. Provide a scrubbing/conditioning system to condition the raw biomass syn-gas to make it suitable for use in the I/C engine to the I/C engine manufacturers fuel specifications. Provide a Heat Recovery Steam Generator (HRSG) in-line with the I/C engine exhaust which produces a 100 psi saturated steam, at a design of 7000 lbs per hour, down to a minimum of 1500 lbs per hour. Syn-gas and natural gas may be utilized to increase the exhaust temperature from the I/C engine to produce 100 psi steam in the HRSG if the I/C engine exhaust does not have sufficient recoverable temperature and flow. The new steam system shall be designed to be fully compatible with and complimentary to the existing Bath VA boiler system. Provide I/C Engine Generator Ancillary systems for a complete and fully functioning system to meet SOW requirements, including but not limited to jacket water and lubricating oil systems, hospital grade exhaust silencer, starting system, air emission equipment systems, foundations, maintenance support systems, monitoring, diagnostics, computer control systems, utility interconnection equipment, including but not limited to transformers, switchgear, and protective relays. All heat rejection systems shall utilize best energy efficient designs to minimize parasitic losses. Heat recovery of jacket water heat shall be utilized for preheating boiler water make-up, building heat and domestic water heating if determined to be feasible. Provide complete steam system feed-water, condensate recovery, chemical treatment, blow-down, monitoring, metering, and control systems for the HRSG. Provide Biomass fuel truck & trailer weighing, unloading, biomass storage, and material handling systems. These systems shall be industrial duty, fully automated with minimal operator oversight required. Provide a Biomass fuel automated screening system with automated removal of oversized out of specification materials (as determined by the design builder) to a re-sizing system and/or removal system. This system shall incorporate a rotating magnetic drum system to remove ferrous tramp materials. The magnetic drum shall have an automated cleaning capability with removal and storage of any captured ferrous materials. Provide a biomass Fuel Storage for 96 hours of continuous operation at the full output of both the I/C generator and the heat recovery steam generator. Provide Automated Ash Removal and Handling system. Provide Air Emission reduction systems for the gasification and generator engines which utilize Best Available Control Technology sufficient to meet existing Environmental Protection Agency (EPA) and New York State Department of Environmental Conservation (NYSDEC) existing air emission requirements and currently proposed regulations. Provide a back-up diesel generator system for the new Biomass Fueled energy center and associated monitoring, control, fuel, existing boiler plant and electric distribution systems. The back-up diesel generator system will be sized and installed to allow full operation of the gasification systems, conveyors, scrubbers, I/C engine driven generator, HRSG steam systems, existing boiler systems and associated buildings. Provide Fire Detection, Alarm and Protection (sprinklers) systems for all new buildings constructed under this contract. Provide Integrated Automated System Controls for all new systems, full system metering, monitoring and automated data acquisition. Provide Closed Circuit High Definition Color Camera system for monitoring Truck Unloading areas, biomass fuel storage areas, conveyors, gasification systems areas and I/C engine-generator room. Provide a new building and structures to house the Truck Unloading systems, Fuel storage, conveyors and biomass sizing and sorting equipment. Provide a new building to house the gasification equipment, Syn-gas scrubbing equipment, Biomass Fuel Storage, biomass fuel conveyors, grading and resizing equipment. This building will house a local control room for the gasification and fuel handling systems. This building may be part of the biomass unloading, storage and sizing/sorting building, and/or may be constructed as an addition to the existing boiler plant building. Provide Demolition of Existing Buildings to allow installation of new building and equipment. Additionally required will be the removal of trees and potential removal and/or relocation of existing site utilities in the area identified for the new Energy Center buildings and new replacement Student Dormitory house. Construction of an addition to the pre-engineered metal building #108. This full height building addition will be used to house all the stored materials and equipment displaced by the demolition of existing buildings. This addition shall utilize a pre-engineered metal building system equivalent to the existing building. It shall be constructed as a full height, full width addition to the existing structure, using similar construction design with the addition of 1 additional 12 ft x 14 ft high sectional overhead door and one pass door. Construction of a new nominally 3900 square foot dormitory apartment building for interns, extended shift and emergency response personnel to replace building no. 7. This new dormitory apartment building shall be of a two story duplex design, consisting of two apartments with four bedrooms, each with private bathrooms. Each apartment shall incorporate provisions to meet ADA requirements for ground floor spaces and entries, including one bedroom and one ground floor bathroom for each apartment. This building shall be constructed in a similar architectural style of area Victorian buildings to compliment and blend in with the historic campus building architectural themes. Provide Hot Asphaltic flexible paving of the truck weighing and unloading areas, access roadways, and parking areas for staff and visitors. A new Entrance to the Truck weigh scale and Unloading area shall be from Gettysburg Avenue with a wide turning lane installed to allow an easy and quick entry and exit for the trucks. Provide complimentary landscaping around new buildings and buildings adjacent to newly paved areas. Provide reinforced concrete pedestrian sidewalks to connect all personnel doors and equipment requiring periodic maintenance and monitoring to area paved roads and parking lots. Obtain all necessary permits and engineering studies for the project required by federal, state and energy utilities. This includes air emission permits, water and storm water management permits and utility interconnection agreements. Determine Historical Preservation Requirements as established by Local and State Historical Preservation Organizations (SHPO) necessary to integrate the new scope of work required buildings into the Historical Bath campus and provide the necessary design and construction to implement the historical preservation requirements. These new buildings, if no special historical preservation requirements are required by SHPO, shall be constructed in a similar architectural style of area Victorian buildings to compliment and blend in with the historic campus building architectural themes. ADMINISTRATIVE: The solicitation will be issued as a "Request for Proposal" (RFP) conducted in accordance with FAR Parts 15, 19, and 36 and be evaluated in accordance with the procedures therein. The solicitation will be advertised on an unrestricted basis, open to both large and small business. The applicable NAICS code is 237130 with a size standard of $33.5 million. The solicitation will be issued on or about June 9, 2011 and proposals will be due on August 8, 2011 at 3:00PM (EDT), at 4141 Rockside Road, Suite 110, Seven Hills, Ohio, 44131. The period of performance shall be 700 days from the Notice to Proceed issue date. This notice is not a request for competitive offers. The Magnitude of Construction is expected to be between $10,000,000.00 and $20,000,000.00. The point of contact is Shaun McWeeny who can be reached by email at shaun.mcweeny@va.gov. Questions may be submitted by e-mail to above point of contact. Telephone calls will not be accepted. The VA reserves the right to use only FBO, via the internet, to provide notification of any amendments to this notice and the subsequent RFP. It is the contractor's responsibility to view the FBO website daily for any amendments to this notice and the RFP. -END-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad0fb63634bd5ad4376320fd835921c0)
 
Document(s)
Attachment
 
File Name: VA-701-11-RP-0229 BATH CHP - PRESOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203759&FileName=VA-701-11-RP-0229-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203759&FileName=VA-701-11-RP-0229-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bath VA Medical Center;76 Veterans Avenue;Bath, NY
Zip Code: 14810
 
Record
SN02457128-W 20110527/110525235232-ad0fb63634bd5ad4376320fd835921c0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.