SOURCES SOUGHT
Z -- Electrical Infrastructure Upgrade and Minor Bldg Alterations
- Notice Date
- 4/5/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-13-R-0105
- Archive Date
- 4/27/2013
- Point of Contact
- Kathie E Potter, Phone: 5402840981, Kelley J. Fitzsimmons, Phone: 540-653-3818
- E-Mail Address
-
kpotter@jwac.mil, kfitzsim@jwac.mil
(kpotter@jwac.mil, kfitzsim@jwac.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION OF REQUIREMENT Electrical Infrastructure Upgrade and Minor Bldg Alterations Joint Warfare and Analysis Center (JWAC) at The Naval Surface Warfare Center Dahlgren, VA Background: Joint Warfare Analysis Center (JWAC), Dahlgren, Virginia is a premier science and engineering institution tasked with solving complex challenges for our nation's warfighters. JWAC is a tenant command at the Naval Surface Warfare Center at Dahlgren, VA. Dahlgren is located approximately 30 miles East of Fredericksburg, VA. JWAC has a requirement for facility related installation, upgrades, repairs, and renovations that include but not limited to interior and exterior electrical systems, lighting, HVAC systems and controls, plumbing, fire suppression repairs, fire and intrusion alarms, communications, interior and exterior renovations, landscaping, roofing, construction of new facilities, surveys, studies, and other related work. All work will be in accordance with individual task order requirements, specifications, and drawings provided with each project in the Request for Proposal. JWAC contemplates awarding an Indefinite Delivery Indefinite Quantity (ID/IQ) task order contract for one base year and four one year options in support of JWAC facilities. JWAC has three buildings, two floors high that cover approximately 180,000 sq feet. Objectives: 1. Capabilities: The contractor shall provide a capabilities statement that demonstrates 1) the ability to provide engineering drawings on major renovations/installations; 2) the capability to provide, install, and operate a new 750 KVA Uninterrupted Power Supply (UPS) unit; and 3) the capability to provide facility related installation, upgrades, and repairs. Future Requirements that most likely will be included in a Request for Proposal: 1. Engineering Drawings: Contractor will design and deliver as-built facility engineering drawings upon completion of the work performed. The Government will not be providing facilities in support of the as-built drawings that will be accomplished by the contractor. There may be some minor drawing alterations that will need to be done on-site prior to final delivery. 2. Potential Objectives of the First Task Order: a. The objective of this first task order is to provide a redundant 750 KVA Uninterrupted Power Supply (UPS) unit to replace the existing 450 KVA unit located in Building 1450B zone 405 which is approaching its end of life cycle. The new 750 KVA UPS unit will be housed outside (behind Building 1450B) in a container located next to an existing 750 KVA UPS unit. The size of the UPS container will be identical to the existing one. The new UPS unit will provide power to eight separate RDC's, through disconnect switches on the inside wall of zone 405 lab: the RDCs in turn provide power to the lab equipment. A new distribution center consisting of two 800A panels will be installed along the east wall of the computer center. The container for the new 750 KVA UPS will house the same support equipment that that exists in the existing UPS container (UPS in a Box #1), i.e. HVAC, power panels, lights, receptacles and other auxiliaries. Provide a steel 11' x 50' container to be installed on the existing pad where the existing UPS in a Box is located. Provide a new power feed from the electrical switchgear of building 1450B encased in conduit to the new UPS unit. Provide all steel studding, insulation, finished walls, flooring and infrastructure to support roof top condensers and cable trays inside and outside building. Provide and install Liebert 750 KVA UPS unit along with two Liebert 450 KVA PPC units, battery cabinets, batteries, breaker bypass switch rated at 1600 amps and Liebert TVSS system. Provide cabling infrastructure for battery cabinets, bypass switch, A/C, control systems and EPO control as per NEC and engineered drawings. Install two Liebert 15 ton A/C systems inside new container along with condenser units on roof top to match existing units with disconnecting means as required. Provide installation service and testing of A/C systems. Provide core drilled penetrations and sealing for conduits entering and leaving the container along with rubber dampers for conduits penetrating the building as per security requirements. In the container install a 225 amp 480 volt maintenance panel for AC and a 15 KVA transformer; install 15 KVA transformer and panel with breakers for container infrastructure electrical components along with one 120 volt circuit that is supplied from the server farm by the UPS. From the two 450kVAs in the container, install two 800 Amp 3 pole 208 volts breakers per PPC. Install four 800 Amp feeders to four 800 Amp MB panels in server farm. Rate neutrals at 200%. Feed the four new RDC's and the four existing RDC's from new 800 amp electrical panels. b. Existing Conditions for the First Task Order: JWAC's computer lab loads in Zone 405 are currently fed from the existing UPS unit through two Power Distribution Units (PDU) which feed eight Remote Distribution Centers (RDCs). The existing UPS and two PDU's will need to be removed from the computer lab area and properly disposed. The conduits and wires that connect these units to the electrical room switchgear will also need to be removed and properly disposed. Additionally, the temporary wall in Zone 405 must be removed and properly disposed. c. Miscellaneous: The contractor will be required to provide all crane and rigging services; transport the container to the site; unload and place the container on site. Provide traffic escort as necessary. Repair any damaged to floors, walls or ceilings due to the removal or the addition of equipment. d. Testing: Testing of equipment will be done by qualified personnel using the manufacturer's literature as guidance and performed before any circuits are energized. e. Training: The contractor shall provide training to Government personnel on the proper operation of the new UPS and auxiliary equipment, along with any routine maintenance operations. f. Outages: The preliminary work shall be performed during normal working hours between 7 am and 4 pm Monday thru Friday. The outage will be scheduled a minimum of 30 days in advance of the timeframe needed to switch the feeders; the outage will be performed after normal working hours (0800-1600) or on weekends. g. Warranty: The contractor shall provide a one year equipment and workmanship warranty is included from the date of substantial completion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-0105/listing.html)
- Place of Performance
- Address: Joint Warfare Analysis Center (JWAC), 4048 Higley Road, Dahlgren, Virginia, 22448-5144, United States
- Zip Code: 22448-5144
- Zip Code: 22448-5144
- Record
- SN03029682-W 20130407/130405234047-2652928ca04746b5af2cfdba3ff254f7 (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 |