Z2DA-- 618-23-102 Correct Electrical Deficiencies - MPLS *Design-Build*

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Minnesota
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159321384971776
Posted Date: Mar 21, 2024
Due Date: Apr 5, 2024
Solicitation No: 36C26324R0057
Source: Members Only
Follow
Z2DA-- 618-23-102 Correct Electrical Deficiencies - MPLS *Design-Build*
Active
Contract Opportunity
Notice ID
36C26324R0057
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 21, 2024 11:25 am CDT
  • Original Response Date: Apr 05, 2024 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Minneapolis VA Health Care System One Veterans Drive Minneapolis , MN 55417
    USA
Description

Page 3 of 3
This is a Pre-Solicitation Notice regarding project: 618-23-102, Correct Electrical Deficiencies at the Minneapolis VA Health Care System (VAHCS), Minnesota. The Department of Veterans Affairs, Network Contracting Office 23 (NCO 23), is preparing to issue a solicitation for a Two-Phase Design-Build contract for this project.

Note: This is a Pre-Solicitation Notice only, the Solicitation will not be posted for at least 15 days from the date of this notice. This is NOT a request for proposal.

Estimated SOLICITATION DATE (Phase I): on or about 04/8/2024
Estimated AWARD DATE: 09/15/2024
SET-ASIDE: 100% Service-Disabled Veteran Owned Small Business (SDVOSB)
NAICS: 238210, Electrical Contractors and Other Wiring Installation Contractors
SMALL BUSINESS SIZE STANDARD: $19 million
PROJECT MAGNITUDE: $2,000,000 to $5,000,000

Project Overview
The project will require the selected contractor to provide all design, labor, materials, tools and equipment, and construction services necessary for the design and construction of the project:618-23-102 is to correct electrical deficiencies as defined by the Scope of Work (SOW).

The Two-Phase Design-Build solicitation and evaluation process shall be conducted in
accordance with Federal Acquisition Regulation (FAR) Subpart 36.3 (Two-Phase Design-Build
Selection Procedures). The issued RFP shall set forth the requirements for responding to Phase
I of the solicitation, as well as all technical evaluation factors and sub-factors for both Phase I
and Phase II.

At the closing date of the Phase I Solicitation, the government shall evaluate responsive
proposals received in response to Phase I of the solicitation. No more than four (4)
contractors will move forward to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals shall be evaluated in accordance with the Phase II Evaluation Process.

Project Description
Background
The Minneapolis VA Medical Center is undertaking initiatives to improve utility Infrastructure systems for healthcare services. The Medical facility currently has two major infrastructure projects in-progress, Correct Electrical Deficiencies FY18 and EHRM Infrastructure upgrades. The power demands for new equipment and healthcare services are placing a heavy demand on the electrical system. Aging electrical equipment is susceptible to failure if the electrical utility infrastructure is not updated to keep up with the power demands from new equipment and healthcare services.

This Project, Correct Electrical Deficiencies FY23, will deliver utility infrastructure upgrades to the facilities main electrical utility switchgear which is aging. The main electrical utility switchgear provides power to the entire medical facility. This switchgear has been in operation since the medical facility first opened in 1988. The main electrical utility switchgear is housed at the boiler plant (Bldg. 69), located on the Medical Center Campus. The objective of this project is to modernize the main electrical utility switchgear which has aged and needs new replacement parts that are not procurable anymore and difficult to procure. In the past few years, failures have occurred to the main electrical utility switchgear. Outdated technology has proven to be an issue with isolating the FboNotice cause of the failure. Installation of new equipment with modern technology is introducing harmonic distortion into the electrical system. Harmonic distortion is causing bad power quality to be transmitted in the electrical system.

Modernizing the main electrical utility switchgear will replace the existing components with new modern technology capable of advanced metering and monitoring capabilities. Modernizing the main electrical utility switchgear would also help improve the quality of electrical power received from the local utility company before the power is transmitted to the Medical Center.

The requirement will be fulfilled by awarding a Firm-Fixed-Price contract for construction to Correct Electrical Deficiencies FY18 and EHRM Infrastructure upgrades at the Minneapolis (VAHCS).

Intent

Task 1 Modernize 13.8Kv electrical utility switchgear service including:
a. Replace ten (10) 1200amp Porcel-line Type DHP Magnetic Air circuit breakers. Provide an emergency spare 1200amp breaker. The emergency spare is to remain in the electrical room and available for emergencies.
b. Replace upper feeder relay compartment doors (11) with new doors and monitoring devices. Monitoring devices includes but is not limited to; fault protection devices, voltage relays, overcurrent relays, meters, switches, indicating lights and wire harnesses for each feeder section. The color of the new doors is to match the existing color of the switch gear.
c. Replace all feeder section CTx s and PTx s in the 13.8kv utility switchgear.
d. Conduct preventive maintenance to the 13.8kv utility feeder BUS assembly
e. Remove and demo all old components.

Task 2 Replace outdated substation, high voltage transformer, and feeder switchboard in Bldg. 69.
a. Remove and demo existing substation with new substation, high voltage transformer, and feeder switchboard.
b. Replace with new substation, high voltage transformer, and feeder switchboard.
c. Update incoming feed conductors to substation if necessary.

Task 3 Replace existing LeMarche battery charger and battery pack in Bldg. 69.
a. Remove and demo the existing single battery charger and battery system.
b. Replace with dual (2) battery chargers and 2 battery packs.
c. Arrange the new battery chargers to function as primary and secondary backup
sources.

Task 4 Utility Switchgear monitoring
a. Integrate VAMC 13.8kva electrical utility service to Engineering s Building Automation System, JCI or provide an alternate means of monitoring the utility switchgear activity in Building 70 of the main hospital.

Task 5 ATS sequencing
a. Correct ATS sequencing to transfer generator loads as prescribed by VA Electrical Design guide in the following order: 1. life safety, 2. critical, 3. Equipment
b. Balance loads to Emergency Generator set to improve the efficiency and synchronization of the Generator set.

Task 6 Replace degraded light bollards at the main entrance of the Medical Center.
a. Remove and demolish existing light bollards.
b. Replace with (VCBA) Voltaire Concrete Bollard Archi-linear LED type bollard.
Anticipated Period of Performance: The anticipated completion of this project is 542 calendar days after Notice to Proceed (NTP)to Design. The required completion of this project is 343 calendar days from the Notice to Proceed (NTP) with Construction. The time stated for completion includes final cleanup of the premises, as-builts and closeout documents.
Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 21, 2024 11:25 am CDTPresolicitation (Original)

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 >