Indiana Bids > Bid Detail

Z1DA--SWITCH GEAR ROOM COOLING 583-24-505

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159652137874100
Posted Date: Jan 23, 2024
Due Date: Mar 27, 2023
Source: https://sam.gov/opp/3774629b04...
Follow
Z1DA--SWITCH GEAR ROOM COOLING 583-24-505
Active
Contract Opportunity
Notice ID
36C25024B0020
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 23, 2024 04:23 pm EST
  • Original Published Date: Dec 03, 2023 06:51 pm EST
  • Updated Response Date: Mar 27, 2023 03:00 pm EDT
  • Original Response Date: Dec 03, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 04, 2024
  • Original Inactive Date: Dec 18, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Richard L. Roudebush VA Medical Center 1481 West 10th Street Indianapolis , IN
    USA
Description View Changes

STATEMENT OF WORK



Switch Gear Room Cooling



Project Number: 583-24-505




  1. GENERAL PROJECT SCOPE:



The Contractor shall furnish and install a 15-ton packaged air conditioning system to provide necessary cooling to the approximately 2300 sq. ft. room A-B140 Electrical Switchgear room on the basement floor as detailed in the Technical Requirements section, project documents, and VHA Master Construction Specifications. Installation shall include all required work items including but not limited to existing exhaust fan removal, concrete pad pouring, air conditioning unit installation, electrical installation, supply and return duct installation, and BMS integration/configuration. Completion of this project will provide necessary space cooling to critical high voltage electrical components that require room conditioning for proper function.





Location: All work will be performed within the A-Wing B140 Electrical Switchgear room on the basement floor at the Richard L. Roudebush VA Medical Center (RLR VAMC), located at 1481 West 10th Street, Indianapolis, IN 46202.





Period of Performance: Period of Performance shall be 60 days following Notice to Proceed (NTP). All work shall be performed to minimize outages and disruption to the RLR VAMC. Work may involve second or third shift staffing (5 PM to 6 AM) and may also include weekend work if it is deemed necessary.




  1. TECHNICAL REQUIREMENTS:


    1. The Contractor shall provide all necessary services (i.e., labor, materials, tools, equipment, and competent supervision) to perform all work as noted below to meet the scope objectives and requirements, and to provide the required outcome in terms of overall quality, timeliness, and documentation. All work performed under this project shall fully adhere to all VA Design and Master Specification criteria including energy conservation requirements, as well as relevant additional standards and criteria outlined in the Project Specifications. The Contractor shall be responsible for field verifying existing conditions prior to bid. The Contractor shall be responsible for obtaining and coordinating the services of all third-party subcontractors performing services on-site as part of the contract to accomplish the following:

      1. Remove and dispose of existing exhaust fan and associated controls, electrical connections, and electrical disconnect panel. Terminate and remove supply power wiring and conduit back to panel ABHEQ3. Follow all Lockout/Tagout (LOTO) procedures and trace wiring back to panel to verify correct supply before terminating.

        1. Remove the existing exhaust air louvers and associated flashing/trim for disposal. Prepare the opening for sheet metal panel installation. Install temporary barrier over opening to prevent entry of unwanted debris or materials before final installation of metal panel.

        2. Furnish and install a fabricated galvanized sheet metal panel in the exhaust opening with industry standard fasteners and supports.

        3. Form a weathertight seal using necessary caulking/sealants to provide resistance to the elements. Provide interior insulation to sheet metal panel to prevent condensation from forming.



      2. Furnish and install one (1) 15-ton Direct Expansion (DX) packaged air conditioning unit to provide recirculated, conditioned air to A-B140 Electrical Switchgear room.

        1. Air conditioning unit to be powered by 460V 3-Phase electrical supply. Include Variable Frequency Drive (VFD) with bypass for all fans and pumps. All motors used shall be premium efficiency inverter duty.

        2. Pour concrete mounting pad according to conditioning unit size and manufacturer’s mounting instructions. Concrete pad location to be approximately in front of existing exhaust opening, final location to be determined in the field based on unit selection and necessary ductwork routing. Provide appropriate fill material for placement of the pad. Pad to be floated to a smooth finish.

        3. After concrete mounting pad has cured according to industry specifications, mount according to manufacturer’s mounting instructions including equipment curb as necessary. Maintain manufacturer’s minimum clearances.

        4. Install new condensate drain for proper disposal of condensate.



      3. Install all necessary wiring, conduit, connections, and remote disconnect to supply the air conditioning unit with required 460V 3-Phase electrical power from panel ABHNDP1 identified on the attached drawing. A single (1) 50-amp breaker is currently installed in the panel and available to supply the new air conditioning unit. If a smaller/larger breaker is required, depending on unit selection, the Contractor shall furnish and install the new breaker according to VA specifications after verifying panel capacity. Install proper grounding/lightning protection as necessary. Use standard wall penetrations for electrical conduit and form weathertight seal.

      4. Install supply and return ductwork from air conditioning unit through newly installed fabricated sheet metal panel with HVAC standard duct/wall penetrations, including necessary sealing and insulation for weathertight seal.

      5. Install supply and return ductwork suspended from the ceiling throughout room A-B140 to provide proper airflow through the space. Connect suspended ductwork to new air conditioning unit by previously installed duct penetration, and verify all connections are leak free. Ductwork material to be round fabric with standard linear vent dispersion to eliminate the potential for condensation/moisture over high voltage electrical equipment. Ductwork to be suspended by standard hangers/fixtures/wire for the material, and out of the way of existing overhead utilities with sufficient distance from electrical equipment. Ductwork to be sized and installed in the field by experienced HVAC technicians according to industry standards and the following design parameters:

        1. Maximum indoor temperature: 86 °F

        2. Maximum noise level criterion: NC-45

        3. Constant Volume (CV) flow

        4. Use economizer cycle or exhaust ventilation in mild weather.

        5. Provide minimum outdoor air in the mechanical cooling mode.



      6. Provide and install a Digital Direct Control (DDC) sensor to monitor the space temperature and initiate local and remote alarms in the event space temperature exceeds 95 °F. Provide connection to the VA Building Management System (BMS) for remote space temperature monitoring. The current DDC system at the RLR VAMC is manufactured by Johnson Controls, and the environmental monitoring platform is Conserv.

      7. Perform post installation electrical, air volume, and air static pressure measurements with a licensed NEBB (or equivalent) technician and electrical contractor. Provide the following measurements for verification of proper unit performance according to manufacturer specifications:

        1. Air volume (CFM)

        2. Static profile

        3. Motor amperage

        4. Fan speed (RPM)



      8. If necessary, the Contractor shall coordinate all crane work and provide a detailed lifting plan to the COR a minimum of fourteen (14) days in advance.



    2. Prior to the start of work, the Contractor is responsible for verifying existing conditions and maintaining current conditions of the RLR VAMC during and following completion of the repairs. Responsibilities include but are not limited to:

      1. The Contractor shall deliver/install equipment without interfering with the normal flow of vehicle and pedestrian traffic at the Medical Center.

      2. It shall be the responsibility of the Contractor to keep the construction areas clean and the surrounding areas free from damage. If during work, surrounding areas are damaged, the Contractor will be responsible for any repairs/replacements that are required.

      3. It is the responsibility of the Contractor to understand and comply with all applicable city, county, state, and federal codes, laws, ordinances, standards, rules, and regulations.





  2. CONTRACTOR GENERAL REQUIREMENTS

    1. All communication from the Contractor to the VA must be submitted and communicated through the Contracting Officer’s Representative (COR).

    2. The Contractor is authorized two (2) parking spaces on the RLR VAMC campus. All other Contractor employees or subcontractors will be required to park at the VA’s Cold Springs Road (CSR) campus located at 2669 Cold Springs Road, Indianapolis, IN 46222. Contractor parking is authorized in the F-Lot only when directed by the COR.

    3. The Contractor shall store materials and equipment only within their authorized construction site. The Contractor may be authorized (at their own expense) one 20’ temporary storage container to store materials and equipment on-site. The Contractor shall request storage space for a temporary storage container from the COR. If approved, the COR will designate where the temporary storage container shall be located on-site. Any additional storage space shall be located at the CSR campus. The VA is not responsible for any damages that may occur to the temporary storage container while on RLR VAMC property. If approved, the temporary storage container shall be:

      1. Labeled including the company name, contact information, and project(s) name.

      2. Painted in a single color, limited to no rust, clean, with no branding, advertisements, or graffiti.

      3. Locked and located only in the space authorized by the COR.

      4. Used for storage of materials and equipment for the specific project only.

      5. Not used for a working space. No work shall be conducted inside or outside the temporary storage container.

      6. Cleaned and maintained daily. The immediate area (10’) around the temporary storage container shall be inspected daily by the Contractor to ensure trash and debris are removed.

      7. NOT used to store prohibited or illegal items, such as guns, chemicals, heaters, or materials that may require temperature control.

      8. Removed within 15 days after the project closeout or the final invoice payment.



    4. The Contractor shall secure all material, supplies, and equipment left on-site after working hours. All materials, tools, and equipment shall be labeled with the Contractors name and a point of contact. No materials or tools shall be left unattended outside the authorized construction site. The VA is not responsible for any theft of tools, equipment, or materials that are stored on-site or in the construction site. The following applies to materials and demolition material at the RLR VAMC:

      1. All the Contractor’s materials, tools, and equipment shall be clean when transporting them through the facility. If the materials, tools, and equipment cannot be cleaned, then the Contractor shall transport them in a cleanable container or cart. Materials over 6’ long carried or hauled through the facility require a person to be in front of and behind the material or equipment ensuring the path of travel is safe.

      2. The Contractor shall cover all loads of demolition material to prevent dust/debris from disrupting medical activities in the hospital. The Contractor shall be responsible for the proper disposal of all waste generated, including all items shown to be removed on the various demolition drawings. The Contractor shall provide a roll off dumpster for all applicable phases and coordinate with the COR for dumpster staging areas. The Contractor shall be responsible for the removal and relocation of the dumpster throughout the entirety of the project.



    5. Upon completion of all work items, the Contractor shall conduct a walkthrough with the COR noting all punch list items. Once all punch list items are completed the final invoice will be approved.

    6. The Richard L. Roudebush VAMC is an active Medical Center environment; therefore, work may be performed directly adjacent to active offices or patient care areas. The Contractor and all subcontractors shall act with professional behavior at all times, being cognizant of excessive noise and disruptions. If certain work tasks are expected to be especially disruptive, communicate with the COR for prior approval.

    7. The VA is not responsible for variability in the price of goods or consumables used during demolition and construction of this project.



  3. DELIVERABLES:

    1. The Contractor shall provide the phase plan and schedule within five (5) business days from the contract award.

    2. The Contractor shall submit a Site-Specific Safety Plan to the COR within ten (10) business days from the contract award. The plan must be approved by the COR before any work begins.

    3. The Contractor shall submit all products for approval by the COR before beginning construction.

    4. The Contractor shall submit daily logs to the COR on a weekly basis, at minimum.

    5. The Contractor shall provide a two-week look-ahead to the COR on a weekly basis.

    6. The Contractor shall comply with all aspects of contract specifications and submit a Request for Information (RFI) for clarification or additional information if the project documents are not clear.

    7. The Contractor shall provide waste reports to the COR each month for the entire duration of the project. Refer to the Construction Waste Management Specification for instructions.

    8. The Contractor shall submit a list of all sub-contractors that will be working on the construction site.

    9. The Contractor shall submit a list of all personnel planned to be onsite each week, one (1) week in advance.

    10. The Contractor shall provide a minimum five (5) day notice to the COR before any utility shutdowns are required to allow for proper scheduling and notification.

    11. The Contractor shall deliver a warranty and maintenance package prior to project close out. This package will include all applicable product(s) warranty information, manuals, and maintenance information for equipment installed during the project.






  1. HEALTH AND SAFETY:


    1. The Contractor shall have the responsibility for the safety of their own personnel. No physical work can begin until a Site-Specific Safety Plan is approved, governed by the Accident Prevention (FAR 52.236-13) clause. It is the responsibility of the Contractor to safeguard the public, Contractor personnel, etc. during construction. The VA will not intervene except when the safety of VA personnel or property is at risk, or imminent risk to life safety exists.

    2. Provide appropriate signage, barricades, etc., as appropriate, and as directed by the COR. The Contractor will dictate appropriate PPE for each work area and clearly indicate those requirements at all entrances to construction areas. The Contractor is to fill out and post the Construction Safety Poster with critical safety information at the main entrance door to the construction site.

    3. The Contractor shall be thoroughly familiar will all rules and regulations governing safety. A 30-hour OSHA “Competent Person” shall be present for all work and all additional workers shall have a minimum of a 10-hour OSHA Certification. All “Skilled Trades” workers including but not limited to welders, pipefitters, carpenters, electricians, etc. performing work must present a valid certification for their respective trade.

    4. The Contractor shall comply with all VA regulations concerning Safety, Infection Control Requirements, Interim Life Safety Measure Requirements, Parking, Personnel Access, and proper removal/safe disposal of construction waste and debris as listed in the specifications and drawings. The Contractor shall abide by all ICRA requirements that are put into place by the VA infections prevention team. The COR shall provide requirements and forms to the Contractor.

    5. The Contractor shall perform all work in accordance with ICRA requirements, and it is the responsibility of the Contractor to keep the construction areas clean and to not damage the existing equipment. If equipment is damaged during the work, the Contractor will be responsible for any repairs/replacements that are required.

    6. The Contractor shall properly identify all chemicals with an OSHA GHS label and store them according to OSHA regulations. The Contractor shall keep all applicable OSHA GHS approved label and SDS sheets on the job site.

    7. The Contractor shall provide all necessary tools, equipment, Personal Protective Equipment (PPE), and all ICRA and safety related materials to perform the work in a safe, effective, and timely manner. All tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I.

    8. The Contractor shall comply with OSHA Standard 29 CFR1926, Subpart AA for all confined space entry. A VA confined space permit shall be required prior to entry into confined spaces.

    9. The Contractor shall be responsible for insuring all their employees.

    10. The Richard L. Roudebush VAMC campus is a smoke-free facility. It is the Contractor’s responsibility to maintain compliance to this policy within the campus.



  2. SECURITY:

    1. The Contractor, contractor personnel, and all subcontractors shall be subject to all Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract.

    2. The Contractor and all subcontractors shall wear a medical center badge at all times when on RLR VAMC property. General Contractor’s or subcontractor’s employees shall not enter the project site without an appropriate badge. Ensure all construction entry doors are locked at all times. Contractor personnel may be subject to inspection of their personal effects when entering or leaving the project site. Before starting work the General Contractor shall give two weeks’ notice to the COR so that security arrangements can be provided for employee badging.

    3. The Richard L. Roudebush VAMC is currently transitioning to an electronic key and coring system throughout the entire Medical Center. Most mechanical rooms have already been transitioned over to the electronic key and core system. The electronic key and coring system shall be fully implemented by the end of 2023. The Prime Contractor will be issued one (1) electronic key once the contract has been awarded and the NTP has been issued. The Prime Contractor will only be given access to the rooms/spaces that work is required in to complete the contract. Any additional access shall be requested through the VA COR. The Contractor will be responsible for the electronic key during the entire duration of the project. The last invoice on the contract will not be paid until the electronic key is returned in good working condition to the COR. The Prime Contractor will be responsible for reimbursing the VA $125.00 if the electronic key is lost, stolen or damaged during the duration of the contract. The COR may at any time inspect the electronic key to ensure the key is in possession of the Prime Contractor. The electronic key will be required to be reprogrammed periodically to ensure updated access. Currently the electronic key is set to be reprogrammed every four (4) days.

    4. The C&A requirements do not apply, and a Security Accreditation Package is not required.



  3. ATTACHMENTS:


Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >