SOLICITATION NOTICE
Y -- BUILDING 1470 2nd FLOOR VAULT EXPANSION
- Notice Date
- 3/4/2020 7:14:43 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC WASHINGTON PWD SOUTH POTOMAC DAHLGREN VA 22448-5000 USA
- ZIP Code
- 22448-5000
- Solicitation Number
- N4008020R3414
- Response Due
- 4/21/2020 11:00:00 AM
- Archive Date
- 05/06/2020
- Point of Contact
- Leslie Sherman, Phone: 5406537451
- E-Mail Address
-
Leslie.Sherman@navy.mil
(Leslie.Sherman@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This contract will be a Design-Build Project to construct a second floor expansion of approximately 76� x 55� with (8) Workrooms, (1) Conference room, (1) Server room, (1) IT office and (1) Electrical room that would be utilized for above-SECRET at Building 1470 Advanced Concepts Vault. This facility would expand the Building 1470 Room 1320 vault complex. Expansion of the existing facility would take advantage of the existing security and IT teams and procedures that have already been established. The second floor addition will utilize an existing staircase at the first floor leven for access. At the second floor level, the addition wioll be accessed through an existing kitchenette/janitor closet Room 2217. The RFP also contains two (2) Bid Options. (See D509090 OTHER SPECIAL SYSTEMS AND DEVICES). �Bid Option 1: Provide and Install a complete indoor plug-in busway distribution system supplying computer grade power, 600 VAC or less to sensitive loads in the server room. The busway system shall provide and install isolation and distribution of AC power. It shall include all equipment, fittings and plug-in units to properly interface the AC power with the intended loads. The system shall be UL listed as a complete system under UL 857 standard for information technology equipment including all fittings and plug-in units, 225 amps rating and mounting of the busway in any position (i.e., horizontal flat-wise, horizontal edgewise and vertical) without derating. The input/output capacity shall be 225 amps. The input/output voltage shall be 208/120 Volts, 60 Hz, three-phase, four wires plus ground. It shall have minimum 22,000 Amps AIC rating. Bus ports (bus outlets) shall be located every 10� on alternating sides. It shall be mounted below the drop ceiling. Plug-in units shall be circuit breakers with quick make/quick break mechanism. The plug-in units shall be interchangeable without alteration or modifications on all ratings of plug-in busway. Each plug-in unit shall contain 2 circuit breakers. Each plug-in unit shall have 2 SO type drop cords. Each drop cord shall feature a strain relief between the plug-in unit and the drop cord. Each drop cord will have one of the specified receptacles attached to one end. Provide minimum eight (8) L5-30P plugs and cords. 200% neutral shall be provided and Installed on all busway system. It shall have copper buses, steel enclosure and suitable for indoor use and Bid Option 2: Provide and Install 150 KW Power Distribution Unit (PDU) and connect it to the new 400 Amps panel board in the server room. The Power Distribution Unit (PDU) shall have following components: Input-power, circuit breaker section; Shielded K-13 rated low voltage transformer section; TVSS system; Output panel board; Alarm, Monitoring and control system; Input Voltage: 208 Volts, 3 phase, 3 wires; Output Voltage: 208/120 Volts, 3 phase, 4 wires; Output Panelboard: 208/120 Volts, 225 Amps, 42 poles, 3 phase, 4 wires. It shall be located in the server room and fed by new 400 Amps panel board located in the server room. It shall have 200% neutral copper bus. It shall have dry-type, electrostatically shielded, three-phase and common-core isolation transformer. It shall have following control features; 24 V Emergency Power Off (EPO) integral switch, over-under alarm shutdown for high temperature, high and low input or output voltage, phase loss, ground fault, reverse phase rotation, alarm contacts and remote power off control. It shall have status display and failure indicating interface for the following; power monitoring, status indication, alarm annunciation such as high temperature, high and low input or output voltage, phase loss, ground fault, frequency, phase rotation and TVSS module failure. See Attachment A �Final RFP � Scope of Work� for complete details.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/92e5a4c354824f6589c22d26068191a7/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN05579455-F 20200306/200304230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |