The RFP Database
New business relationships start here

630A4-10-440 REPLACE PUMP STATION AND CONTROLS VAMC St. Albans, Jamaica, NY


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

Page 3 of 3
Page 3 of 3
General

The New York Harbor Healthcare System-St. Albans Campus is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) to complete design development, construction documents, construction period services and site visits for the Replace Pump Station and Controls project. SDVOSB Vendors with an SF-330 on file within the past twelve months are being considered. SDVOSB firms that have a working office within a 300 mile radius from VAMC St. Albans 179-00 Linden Blvd. & 179 Street Jamaica, NY 11425 may submit SF 330 s for consideration, to the Contracting Officer at Emily.Lindsey2@va.gov by 4:30 PM EST, August 27, 2018.
Provide all necessary Architect/Engineer services to complete construction documents and specifications for the Replace Pump Station and Controls project at the New York Harbor Healthcare System- St Albans Campus.All designs will follow the VA design guidelines, and specifications for VA construction. The design will be completed in a manner such that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint.
Scope of Work:
1. Provide all necessary Architect/Engineer services to complete construction documents and specifications for the Replace Pump Station and Controls project at the New York Harbor Healthcare System- St Albans Campus.
2. The A/E shall provide construction documents and specifications to replace all domestic water pumps, motor control center and controls located in the Pump House in Building #176.
3. The A/E shall perform a thorough study of the existing Pump House in order to determine the best type, size and capacity of new pumps to be installed. The A/E shall review the different pump options and systems available and provide a narrative of the positives and negatives for each system. The A/E shall provide a life cycle cost analysis to determine the most cost effective pump system for the facility.
4. The design includes modifing the existing piping, valves, pumps, mechanical & electrical connections, concrete pads, controls panel and building management system as required for the installation of the new pumps, motor control center and controls. The project design includes installing new electrical, mechanical, structural, associated piping, shut off valves, strainers, check valves, variable speed drives, controls and insulation for the new pumps.
5. The pump house controls shall be tied into the existing Building Management head end control system in Building 89 Engineering Service. The project design includes designing a conduit pathway to get the new controls from the Pump House Building 176 to the Building 89 Engineering Office BMS head end computer. The project design shall include upgrading the existing BMS controls system to the latest software version. The project design shall include developing a sequence of operations for the new pump house control system.
6. The A/E shall provide construction documents and specifications to replace all water pumps, motors, sensors and controls in building 89 on the ground floor.
7. The design shall include connecting the existing mono-chloramine system for treating legionnaire s disease into the new pumping system.
8. The project design shall include installing new water meters in the pump house to calculate flow rate and facility water consumption in gallons and report it to the existing BMS system.
9. The project design includes replacing the facility New Yok City Department of Environmental Protection water meters located at the main pump house Building 176 and the Baisley Boulevard pump house. The project design includes installing new check valves and back flow preventers for the new facility water meters. The new facility water meters shall be connected to the NYCDEP automated meter system. The new facility waters shall comply with the NYCDEP requirements.
10. All work shall conform to VA criteria and regulation. The project design shall comply with VA Plumbing Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes.
11. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate.
12. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction..
IV. The following must be incorporated into the A/E design:
1. Meet with VA Engineering and Pharmacy Staff to determine the exact functional requirements to be used for the design.
2. Recommend various options for the hospital personnel to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives.
3. Provide all necessary site survey work to verify As-Built drawings and field conditions.
4. Provide construction period services and site visits.
V. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings):
1. Mechanical
2. Electrical
3. Architectural
4. Structural
5. Plumbing
VI. Document reviews The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of schematic design, conceptual design, 30%, 60% and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate.
1. Mylars and As-Built drawings:
Contract originals shall be prepared on standard VA drawing sheets of Mylars using AutoCad (version 14 and 2012). The A/E shall provide one (1) set of Mylars drawings to the VA for record plans at the completion of design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA.
The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC St. Albans for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330:
Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above.
This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $1,000,000 and $5,000,000. The NAICS code for this procurement is 541310.

Emily I. Lindsey
Emily.Lindsey2@va.gov

Emily I. Lindsey, Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP