Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2013 FBO #4218
DOCUMENT

Z -- DESIGN-BUILD HVAC REPLACEMENT AT SIOUX FALLS REGIONAL OFFICE - Attachment

Notice Date
6/10/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Milwaukee VARO;5400 West National Avenue;Milwaukee WI 53214
 
ZIP Code
53214
 
Solicitation Number
VA43813R0007
 
Response Due
6/25/2013
 
Archive Date
8/24/2013
 
Point of Contact
Eural Bennett
 
E-Mail Address
2-5712<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
***** PRE-SOLICITATION VA-438-13-R-0007 ***** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ****** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** The VBA Regional Office, Sioux Falls, South Dakota intends to solicit and negotiate a Design- Build, firm-fixed-price contract to design and construct the replacement of building #38 HVAC system and required upgrades to the building's electrical system to support the HVAC replacement. The existing mechanical heating, cooling, and exhaust systems will be removed in their entirety and replaced with a new system. The existing electrical distribution associated with the existing HVAC system will need to be removed and replaced. The ceiling tiles throughout the building will be replaced A Request for Proposals (RFP) for this project is estimated to be released on or about June 25, 2013. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. PROJECT 438-VB-3088 DESCRIPTION: SCOPE OF WORK: A.General Requirements: Provide all labor, materials, tools and equipment, and design-build services necessary for design and construction of a project described below and other specific tasks as further defined by this RFP. All proposals are to provide both design and construction services for this project. The contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. The CITP review will be documented by stamped/ sealed drawings by a registered professional engineer from the state of South Dakota. B.Project Overview: This project will design and construct all the elements to completely removing the existing building HVAC system and replacing it with a new variable refrigerant flow (VRF) system. All hydronic piping, pumps, air handling unit, ductwork and all associated accessories in the building will be removed. C.Specific Project Requirements: The new VRF system will be a hybrid refrigerant/water cooled system. Small zone level units will heat and cool the spaces in the building. Heat will be transferred through refrigerant from the zone level units to water-cooled heat pump units located in the mechanical room. The heat pumps will operate at a water temperature range between 70 °F and 85 °F. At this range of temperatures the zone level units can provide for the heating and cooling needs of the building. The system will include a heat recovery function allowing for individual spaces to simultaneously heat and cool as needed through the transfer of cooled or heated refrigerant. This type of system offers excellent energy efficiency especially during periods when part of the building needs heating and part of the building needs cooling. During these periods, heated refrigerant is diverted to zones that require cooling. There will be approximately 56 individual zone level units providing the heating and cooling needs of the building. Approximately 38 of these units will have ducted supply and return systems. These systems will be used in zones sharing a thermostat and also on exterior zones. Approximately 18 of the zone level units will be 'cassette' style and lay in the ceiling grid. No ductwork is required for this type of unit. The 'cassette' units will be used in large open office spaces and in zones interior to the building. Refrigerant piping will be run to each zone level unit from the heat pumps. Condensate drain piping will be required to be piped to the building sanitary system from each zone level unit. Supply ductwork from the ducted units will be used to get supply air to linear diffusers over the windows. A 65-ton closed circuit cooling tower will be located in the courtyard outside the mechanical room. The cooling tower will be the heat rejection device of the VRF heat pumps while they operate in cooling mode. Two 200 GPM condenser water pumps (one redundant) located in the mechanical room will pump water from the heat pump units to the cooling tower. A new 1150 lb./hour steam to water heat exchanger will be provided in the mechanical room to provide the heating needs of the VRF system. The heat exchanger will provide hot water for the VRF heat pump system to operate in heating mode. Two 125 GPM heating water pumps (one redundant) located in the mechanical room will pump water from the heat pump units to the heat exchanger. A plate and frame heat exchanger will be required between the VRF heat pump loop and the heating and condenser water loops. Three-way control valves will isolate the heating and cooling loops from each other prior to the connection to the plate and frame heat exchanger. Two 100 GPM loop water pumps (one redundant) will pump water from the heat pumps to the plate and frame heat exchanger. A new approximately 4500 CFM dedicated outside air unit will be provided in the mechanical room to deliver conditioned outside air to the occupied spaces of the building. This outside air unit will have a heat pump on board to provide the required heating and cooling of the outside air. With the heat pump, the outside air unit can operate using the loop water from the VRF heat pumps as its heating and cooling medium. The outside air and return air will be ducted from the dedicated outside air unit to the individual occupied zones. New rooftop exhaust fans will be installed. Direct drive fans will be provided for their ease of maintenance. Each of the individual zone level units will need their own electrical feed and disconnect. New switchgear will be placed at the service entrance in order to support the feeds to the zone level units. New distribution panels will be placed in the electrical closets to support the many new feeds to the units. Existing equipment being replaced will have the electrical power disconnected and reconnected. All new mechanical equipment within the mechanical room will be provided with either a new disconnect, combination starter, or variable frequency drive. MCC1 will be retrofit to support the new mechanical loads. Even though this is a complete HVAC system replacement, the building should be able to remain in complete operation while the VRF system is installed. The VRF equipment is rather small in size and there is adequate plenum space to install much of the equipment while the existing HVAC system is in place. SCHEDULING, PHASING, AND WORKING HOURS: D. All work shall be performed during normal business hours (7:00 am to 5:00 pm, Monday through Friday). E.Length of Project 1.Project will have a 130 calendar day design phase. a)From Notice to Proceed, DB Contractor shall submit Design drawings to 30% within 30 calendar days. Allow 10 calendar days for VA review. b)DB Contractor shall submit Design drawings to 95%, which incorporates the VA's comments on the 30% submission within 45 calendar days. Allow 10 calendar days for VA review. c)DB Contractor shall submit Design drawings to 100%, which incorporates the VA's comments on the 95% submission within 30 calendar days. Allow 5 calendar days for VA review. d)Design review submission drawings and final construction document submission drawings will be executed in electronic format AutoCAD Version 2000. 2.DB Contractor will schedule a design drawing review meeting with all pertinent VA personnel to resolve design issues for each design review package submitted. 3.Project's construction phase MUST be completed in no more than 140 days from Design completion and Government acceptance. 4.Contractor shall submit a Critical Path Method (CPM) schedule for BOTH the Design phase and Construction phase with estimated dates and itemized cost of work to the Contracting Officer for review and approval before Notice to proceed. The Estimated Cost Range for this project is between $1,000,000 and $2,000,000. This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The applicable North American Industry Classification (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction. The Small Business size standard is $33.5 Million. See http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/size-standards NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/ and registered and viewable as a SDVOSB firm at the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov/general_user/default.asp Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/ POC for this project is: Eural A. Bennett, Contracting Officer. Telephone requests for information or questions will NOT be accepted. Please email questions to eural.bennett1@VA.Gov and ensure that the subject line includes Pre-Solicitation Number: VA-438-13-R-0007 HVAC Replacement Building #38 Sioux Falls, SD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a00b3c91dcbc6c113d2c3050b5111cc4)
 
Document(s)
Attachment
 
File Name: VA438-13-R-0007 VA438-13-R-0007_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=800253&FileName=VA438-13-R-0007-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=800253&FileName=VA438-13-R-0007-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03085078-W 20130612/130611000442-a00b3c91dcbc6c113d2c3050b5111cc4 (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.