DOCUMENT
Z -- Project 676-15-114 Upgrade Main Electrical Panel B23 at the Tomah VAMC - Attachment
- Notice Date
- 7/29/2014
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D14B1408
- Response Due
- 9/15/2014
- Archive Date
- 12/14/2014
- Point of Contact
- Kristi Kluck
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE Solicitation VA69D-14-B-1408 Project 676-15-114 Upgrade Main Electrical Panel in B23 Tomah VAMC in Tomah, WI Provide for and furnish all labor, superintendence, materials, tools, equipment, transportation, licenses, certificates, insurance, temporary protection, and other items designated under the provisions of a contract for Project 676-15-114 Upgrade Main Electrical Panel in B23 at the Tomah VAMC in Tomah, WI in accordance with project drawings and specifications. Overall work shall include, but not be limited to the following items: 1.Removal Work by Room 1.1.The work includes removal, installation and re-installation of existing interior finishes, fire suppression systems, electrical systems and all related assemblies, and the necessary removal, storage and reinstallation of equipment and certain other items. 1.2.All work shall be done in accordance with all current NFPA, local, state, national building codes, Divisions 01 00 00, 02 00 00, 06 00 00, 07 00 00, 08 00 00, 09 00 00, 21 00 00 and 26 00 00 of the Master VA Specifications and all other stated specific requirements. 1.3.Normal working hours are 7:00 am - 4:30 pm. 1.4.Work shall be scheduled as materials are available and delivered on site and ready for installation. Submittal requirements include: 1.4.1.Material Safety Data Sheets (MSDS) for all hazardous materials to be used/kept on contract site. 1.4.2.Manufacturer's literature, hardware, access controls, and installation/operating instructions. 1.5.Approximately 150 SF is under construction. 1.6.The Contractor shall site verify all existing conditions and dimensions. 1.7.The contractor shall provide labor, material and equipment necessary to accomplish the following work, in Bldg. 23 in accordance with project drawings. 2.Removal Work by Room 2.1.Rm. 06/06E 2.1.1.Remove and salvage any building assemblies attached to the ceiling in Rm. 06 where new partition wall will be located for future electrical closet Rm. 06E. See drawings for partition wall location. 2.1.2.Remove and salvage existing fire suppression branch line, sprinkler head and all related assemblies. 2.1.3.Temporarily remove and/or salvage existing attached ceiling systems for re-installation after ceiling drywall installation in Rm. 06E 2.2.Rm. 09 2.2.1.Remove and dispose of existing Westinghouse 400 amp main electrical panel with all related breakers and assemblies. 2.2.2.Remove and dispose of approximately 18 LF of 4 inch rigid conduit that services 400 amp main panel back to Rm. 09 with all related assemblies. 2.2.3.Remove and dispose of existing load panel 23-5 with all related assemblies. Existing circuits to be re-routed. See Rm. 06/06A New Work notes. 2.2.4.Remove and dispose of existing panel A-1-2 with all related assemblies. Existing circuits to be re-routed. See Rm. 06/06A New Work notes. 2.2.5.All existing romex wire that is terminated in existing Rm. 09 electrical panels or pull boxes shall be removed and disposed of if romex wire is abandoned in place. If existing romex wire is an active circuit it shall be replaced with 14, 12 or 10 gauge THHN wire as required by circuit. 3.New Work by Room 3.1. Rm. 06/06E 3.1.1.Contractor shall provide and install temporary power circuits for existing Tomah VA Medical Center Staff and Ho Chunk Staff while panel replacement is in progress. All building electrical shutdowns shall occur during off business hours. 3.1.2.Provide and install new partition wall as indicated with all related assemblies. Partition wall shall have 5/8" Type X gypsum board, taped and finished on both sides. Paint to match colors of newly painted walls on main floor. 3.1.3.Provide and install new 3-0x7-0 door, door frame and door hardware with all related assemblies. Paint door and door frame to match existing doors on main floor. 3.1.4.Provide and install one (1) new layer of 5/8" Type X Gypsum wall board, with all related assemblies, to ceiling of Rm. 06A, tape and finish and paint to match wall colors on main floor. 3.1.5.Provide and install two (2) new fire suppression sprinkler heads with all related assemblies as required and indicated on drawings in both Rms. 06 and 06A. 3.1.6.Provide and install one (1) new Square D, 400 amp, 208v, 3 phase, 5 wire main panel with all related assemblies, wire and conduit in Rm. 06E as indicated on the drawings. This panel requires the following load breakers; one (1) 400 amp, 3 pole main breaker, two (2) 150 amp 3 pole breakers, three (3) 100 amp 3 pole breakers, one (1) 200 amp 3 poles breaker, ten (10) 20 amp single pole breakers, one (1) 40 amp 3 pole breaker and four (4) 20 amp 3 pole breakers with all related assemblies. 3.1.7.Provide and install one (1) new Square D, 225 amp, 208 v, 3 phase, 5 wire, 42 space electrical panel adjacent to new main panel. Populate panel with required breakers. Incorporate and pickup all existing loads from old load panel 23-5 and old panel A-1-2 into this panel. 3.1.8.Provide and install new ground rods per NEC code as indicated on the drawings. Provide and install new ground conductors from panel to panel as required. 3.1.9.Pickup and route all existing loads from old main panel to new main panel as required. 3.1.10.Identify and label all circuits in both new panels as required. 3.1.11.Provide and install one (1) new 2x4 surface mounted fluorescent light, light switch, wiring, surface mounted EMT and all related assemblies as indicated on the drawings. 3.2.Rm. 09 3.2.1.N/A This project shall be completed within 120 calendar days of NTP. Estimated Construction Magnitude Price Range: $25,000 - $100,000 The solicitation, specifications and drawings will be posted on FedBizOpps - https://www.fbo.gov/. There will be a pre-bid conference/site walk-through held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business firms. The solicitation will be issued on or about August 7, 2014 whereby the bid opening will be scheduled to be held APPROXIMATELY thirty (30) calendar days AFTER the FULL SOLICITATION package is posted to https://www.fbo.gov/. The bidder shall be responsible to monitor and download any amendments from FedBizOpps which may be issued to this solicitation. Pursuant to 38 USC 8127(d), competition is restricted to Service-Disabled Veteran-Owned Small Business construction firms. The North American Industry Classification Code (NAICS) for this procurement is 236220 General Construction; size standard $33.5 million applies. THIS NOTIFICATION IS JUST A PRESOLICIATION ANNOUNCENT MADE IN ACCORDANCE WITH FAR CLAUSE 14.205; NO PLANS OR SPECIFICATIONS ARE AVAILALBE AT THIS TIME. A FULL PACKAGE SHALL BE AVAILABLE ON https://www.fbo.gov/ ON, OR ABOUT, August 7, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14B1408/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-14-B-1408 VA69D-14-B-1408.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1533117&FileName=VA69D-14-B-1408-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1533117&FileName=VA69D-14-B-1408-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-14-B-1408 VA69D-14-B-1408.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1533117&FileName=VA69D-14-B-1408-000.docx)
- Place of Performance
- Address: Tomah VA Medical Center;Building 23;500 E. Veterans Street;Tomah, WI
- Zip Code: 54660-3105
- Zip Code: 54660-3105
- Record
- SN03441079-W 20140731/140729234717-3ac882762bb4458854ce3dfc0af7efa1 (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 |