The RFP Database
New business relationships start here

542-18-112 Replace Uninterruptible Power Supply (UPS)Telephone Room


Pennsylvania, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REPLACE UNINTERRUPTIBLE POWER SUPPLY (UPS) TELEPHONE ROOM
PROJECT NO. 542-18-112
VA MEDICAL CENTER COATESVILLE

ACQUISITION INFORMATION:

THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES. Service Disabled Veteran-Owned Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, ( CVE ). This acquisition is conducted in accordance with FAR Part 36 & 14 - Invitation for Bid, and issued under FAR Part 13 - Simplified Acquisition Procedures.
GENERAL CONSTRUCTION:

Contractor shall:
1) Provide all labor, tools, materials, quality supervision, equipment, etc. required to provide a replacement of the present Uninterrupted Power Supply (UPS) with a properly engineered replacement sized at NO LESS of a load and providing easy expansion and upgrade capability.
Present UPS consists of 72 car sized batteries, Two Rectifier / Power Supplies in a tower with junction boxes located in a room measuring 10 long x 5 wide x 8 high. This portion shall be replaced completely to include wiring. A manual bypass switch for maintenance and emergency shall be installed. External of the room are three DC-AC inverters in a stacking rack. These inverters shall be replaced. Located next to the inverters is a 1200 amp disconnect switch. This shall also be replaced. Next to the disconnect switch is am AC Voltage circuit breaker panel. The panel may need replacement, but the breakers at a minimum shall be replaced.
The contractor shall be mindful of their surroundings due to the fact that this project location is in areas that could be the high traffic area of the building, but nearly all of the work shall be conducted in a high security server room and under continuous observation. Contractor shall be aware of where all their workers are at all times as well as make sure that no tools or equipment are left unattended in areas of patient access or where damage can occur to equipment.
Contractor shall make sure that the construction work does not impede on any normal employee and patient traffic patterns during normal working hours (between 7:00am 4:30pm). Portions of this project might be conducted after-hours. Due to the high traffic area, the contractor shall complete that amount of the work after hours and with extensive coordination with the Contracting Office Representative (COR).
2) Contractor is responsible to verify all site conditions prior to performing any work. Contractor shall follow all Guidelines and Standards, applicable to the task, as described in the Construction Safety Standards and Master Construction Specifications all available on the VA Technical Information Library.
Contractor shall provide red-line document upgrades and very specific listing of testing procedures, results, and recommendations in format cohesion with the manufacturer s specifications. No portion of the project shall commence until all products and procedures are submitted for review and approved by the COR.
4) Finishes, Ceilings, Flooring, Walls, and Painting: The contractor is responsible to make any repairs or patching necessary if the aforementioned finishes show damage from the contractors. The contractor shall paint, patch, replace, or refinish any surfaces damaged during the project according to VA guidelines and recommendations where applicable with the project. The contractor shall protect adjacent structures and equipment. Contractor is responsible to repair all other damages caused during this project.
5) Infection and Dust Control: When causing dust, the contractor shall build temporary Infection Control Risk Assessment (ICRA) SOLID barriers at entrances and plastic sheeting in compliance with NFPA 701 as fire retardant yet still allow a functional traffic flow or coordinate this work for after-hours in these sections. The contractor shall use a HEPA air filtration device at all times properly sized for the sealed square footage. HEPA devices shall exhaust to the exterior away from pedestrian traffic and in a safe manner. The contractor shall dispose of all residues off site in strict accordance with all applicable Federal, State and Local regulations and log those quantities with recycle receipts to turn in to the COR for record. The contractor shall ensure work site is properly cleaned up when work is complete. Contractor shall use walk-off mats and replace as necessary. Contractor shall follow all OSHA safety regulations. All existing batteries from the existing UPS shall be taken to the CVAMC recycle point and shall be recycled by the CVAMC at no cost to the contractor. Great care must be taken while moving the batteries as to not cause damage to finishes. Batteries will be given to the Contracting Officer Representative for disposal at the CVAMC.
6) Safety and Security: The contractor must provide (2) forms of identification, one of which must be a photo I.D.(i.e. a valid driver s license) and will be required to pass a security background check prior to being granted permission to enter the CVAMC facility. The contractor shall acquire temporary contractors ID card daily from the Operators office in building one and it shall be visibly worn daily. The contractor shall verify completion of a Patient Safety, Privacy, and Tool Safety class prior to the start of construction as provided by the Contracting Officer Representative (COR). Contractor shall display CVAMC temporary badge at all times.
The contractors shall verify that a safety class has been completed as supplied by the COR. The contractors work shall be inspected by the COR and the Safety Committee to be in accordance with safety standards to ensure there are no sharp corners or edges, etc.

The location of this project is within the telephone server room of building 3 Coatesville VAMC, which means that the contractor shall be aware at all times of all of the contracted workers as well as all of the equipment and tools that will be used during the project in order to provide maximum employee and patient safety. The contractor respects at all times the rules applicable to patient privacy and safety.
All workers shall have a recent OSHA 10-hour construction safety course and produce the documentation prior to beginning the project.
MINIMUM STANDARDS OF WORKMANSHIP
All work shall be performed in compliance with all Federal, State and Local laws and regulations. In addition, work will meet equipment s manufacturer specifications and generally accepted industry standards of good workmanship. Because of the fast pace of recent technology, the most recent acceptable industry standard shall be adhered to. The COR shall be informed of intended deviations from the SOW and industry standards while utilizing supporting documentation in order to make any alterations. All waste materials shall be disposed of by the contractor in compliance with Federal State and Local laws and regulations. Contractors will retain receipts for quantities of material removed for recycling purposes and turned in to the COR
No work may proceed by the contractor until all material cut sheets or submittals are submitted to the COR for approval. COR will review and submit to Contracting Officer.
The solicitation documents will be available for download from the website https://www.fbo.gov on or about August 8, 2018. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and updates. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the contractors mailing list at https://www.fbo.gov, "Interested Vendor List". Individual copies of the Bidder s Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the IFB will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed.
The Pre-Bid site visit walk-thru will be held on August 15, 2018, at 1:00 PM, Eastern Standard Time (EST). Contractors are to meet in Bldg. 70 Conference Room at The Department of Veterans Affairs, VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320. While the walk-thru is not mandatory, all bidders, suppliers and subcontractors are strongly encouraged to attend. All requests for information or questions regarding the solicitation must be submitted in writing to the Contracting Officer via mail to the mailing address: Coatesville VAMC, 1400 Blackhorse Hill Road, Coatesville, PA 19320, or by email: elizabeth.morin3@va.gov no later than 4:00 PM, (EST), August 23, 2018. No telephonic or fax requests will be honored.
In accordance with VAAR 836.204, the magnitude for this procurement is between $100,000 and $250,000 and NAICS Code 236220 with a small business size standard of $36.5 million. Bids are due/Bid Opening will be held on September 12, 2018, 10:00 AM.
The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Award of this contract is subject to the availability of FY18 funds. The maximum time for completion of the project is 60 calendar days after receipt of Notice to Proceed. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov , MUST be in compliance with VAAR 819.7003 and meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and MUST meet OSHA/EPA requirements. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov . To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov.
(End of Document)

Elizabeth Morin
610-383-0202

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP