Search Contract Opportunities

526-26-102 Replace Main EMD Generators and Cooling Towers   3

ID: 36C24225B0038 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Page 4 of 4 THIS IS A PRE-SOLICITATION NOTICE ONLY Project No. 526-26-102; Replace Main EMD Generators and Cooling Towers at the James J. Peters VA Medical Center, Bronx, New York. CONSTRUCTION SERVICES GENERAL SCOPE/Statement of Work. The Contractor must furnish all labor, materials, tools and supervision to complete the following: The department of Veterans Affairs is soliciting offers/bids from qualified SDVOSB firms for Construction services to provide labor, material and supervision for the Replace Main EMD Generators and Cooling Towers project located at the James J Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 and as specified on the plans, specifications, and contract documents. General Scope: . The purpose of this project is to The primary project objective is to replace the Main EMD Generators at the Bronx, NY VAMC. This includes renovations to the existing Motor Pool Building. As part of this effort, the tasks include evaluating locations for a new Load Bank and ensuring the project meets VA Physical Security and Resiliency Design Manual (PSRDM) mitigation measures. As part of the overall project, modifications to the site area around the Motor Pool Building and other new project features will be necessary to achieve the overall project goal. We are explicitly noting that it is the General Contractor s responsibility to complete all required work related to: Final relay settings Field testing and commissioning Coordination with the neutral grounding resistors All Protective Relays and PLCs are to be replaced with NEW equipment It is the General Contractor's responsibility to complete all required work related to all aspects of this contract. The VA has completed prior Market Research to identify acceptable sub-contractors for specific specialized work tasks. The coordination with all subcontractors is the FULL responsibility of the General Contractor. The pre-approved subcontractors and the related specific specialized work tasks are included within Drawing E-604. It is the Contractor s responsibility to ensure that the new configuration of the circuit breakers, controls, protective replaying, PT s, CT s, Test Switches, etc provide the specified emergency system operation scheme. The project entails design for replacement of existing EMD generators and their associated cooling towers. Modification of the existing Motor Pool Building to house new electrical switchgear serving the EMD Generators. Compliance with the PSRDM is required. The Motor Pool building has offices, work areas and a storage areas. The office and work areas are to remain. Existing storage room will be demolished. A new addition will be constructed to house the new electrical switchgear. Two means of egress are required, not through the Motor Pool Building. Addition must be constructed in accordance with the VA PSRDM. Two new dry coolers will replace the existing cooling towers and will be located on the roof of the new addition. The existing building is currently protected with a fire sprinkler system. The sprinkler system will be modified as necessary for this project. Piping will be extended from the existing system and designed to provide protection for the new switchgear room. The fire alarm system will be extended to provide notification and initiation devices for the new switchgear room. The existing building fire alarm site-wide panel is located on the first floor in the Graphic Control Room. All work shall be completed as specified on the plans, specifications, and contract documents. REPLACE EMD GENERATORS: CIVIL 1) Per PSRDM mitigation measures, bollards are needed near the building southwest corners and new exterior door locations. 2) Sidewalks, ramps and elevated pad are needed to accommodate new building exterior doors. 3) All exterior grades around the Motor Pool Building will be adjusted as necessary to accommodate the renovated building. 4) Curbing shall be replaced where necessary due to utility trenching. 5) The new load bank will be placed on a slope requiring a retaining wall to create a level pad area for the structure. The load bank is proposed to be best situated to conform to the existing slope and to avoid impact to the nearby existing sanitary sewer line. All grades shall be adjusted as necessary to accommodate the load bank pad and wall. A sidewalk/access will be needed to the load bank. 6) The building is proposed to expand over an existing sanitary manhole. The sanitary manhole collects sewage from Building 101, stormwater from the parking area north of the Motor Pool Building and overflow from a sand trap manhole to the south. The stormwater is currently piped under the Motor Pool Building. All existing stormwater connections to this manhole are proposed to be rerouted around the building. The manhole shall be removed, and the sanitary line extended to a new manhole outside of the new building expansion where it shall be routed back to the existing downstream sanitary sewer line. 7) The sanitary lateral from the Motor Pool Building shall also be replaced/reset to accommodate the access ramp to a new building doorway. 8) The existing out of service steam line from Building 101 to Building 16 shall be removed where needed to accommodate all new infrastructure, capped and abandoned in other areas. 9) A new security gate will be added near Building 102 (Fisher House). 10) Temporary erosion controls will be needed during construction. 11) All disturbed asphalt and concrete areas will need to be restored. All pavement markings disturbed shall be repainted. 12) All disturbed turf grass areas will need revegetated. STRUCTURAL 1) The existing walkway (Elev. 158 -5 ) needs to be demolished and replaced with a new platform to meet the maintenance requirement of the new equipment. 2) The existing generator pad will be verified with the installation requirement of the new generator. 3) New concrete equipment pad. 4) Extension on the existing equipment pad. 5) Partially demo the existing Motor Pool Building (MPB) to build the Electrical Switch Gear Building (ESGB). 6) Supporting new load bank 7) New cast-in-place concrete equipment pads will be installed for the proposed electrical and mechanical equipment as required. 8) Existing cast-in-place equipment pads will be extended as required to fit new equipment as required. 9) Two SCRs will be located at different elevations. The SCR 101-SCR-01 will be located on the radiator room floor while the SCR 101-SCR-02 will be installed in the generator room located on the SCR platform. 10) Additional WF steel will be added as required to support the new equipment on the floor and hangers for supporting the platforms in the generator room. 11) A new service platform will be installed to support two DPFs, starting from the North access door/landing (located at EL. 158 -5 ) to the edge location of the existing platform on the south side, between Column B6 and C4. The railing of the North access door/landing will be removed to accommodate this extension. 12) The door at the South-East shall be demolished and the opening of the door will be moving down to the floor elevation (EL. 158 -5 ) to accommodate the new access to the DPF s platform. (ii) A staircase will be attached to the new platform on the North side to facilitate access to the existing platform. (iii) A ladder will be installed on the South side to serve as an additional access point to the existing platform. 13) A platform for SCR (Selective Catalytic Reduction) equipment, including a 3ft wide maintenance area, will be installed approximately 4 ft above the existing platform. A ship ladder will be affixed to allow access to the maintenance area. 14) Safety guardrails will be installed around the service platform as per applicable safety standards and regulations to ensure the safety of personnel working on or around the platform. 14) The service platform will be supported by posts on the North wall side, while hangers will be used on the other side to ensure structural stability. Lateral supports and bracings will be installed for bracing the platform to move horizontally. 15) A blast catch system shall be adapted for the overhead rollup door of the generator room to mitigate the effects of an explosion. 16) The blast catch system's curtain shall be anchored to the existing floor slab at the bottom of the curtain to prevent the system from moving during an explosion. 17) A couple of pipes shall penetrate the north exterior wall of the generator room. As the pipes are relatively close to each other, top three courses of the CMU wall shall be removed for the pipe penetration. The opening shall be grouted, and the wall shall be reinforced with a C8 channel steel and braced back to the radiator floor frame. 18) The Motor Pool Building will be partially demolished for the new Switchgear Building (SGB). Sheet piles will be utilized for foundation excavation. 19) The new Electrical Switchgear Building (ESGB) will be a steel-framed structure. The steel frame will consist of moment connection frames in the South-North and East-West direction respectively to resist lateral loads such as wind, seismic, and blast loads. 20) For blast protection purposes, a high parapet will be provided on the three exterior sides of the building. The height of the parapet will be the same as that of the radiators. 21) The load bank will be located on the opposite side of the drive from the ESGB. 22) A retaining wall will be adopted for developing a flat area for locating the load bank. The exterior mat foundation will be used for supporting the load bank. 23) The backfill under the mat foundation shall be 95% engineering compacted fill. 24) In accordance with Section 1704 of the international building code, and all applicable state and local requirements, the Contractor shall contract with an independent approved agency to make periodic and/or continuous inspections of the construction progress in accordance with the following requirements: Steel Construction Section 1705.2 Concrete Construction Section 1705.3, Table 1705.3 ARCHITECTURAL 1) Demolition of the southern (plan west) portion of the one-story Motor Pool Building (Building 113) corresponding with Storage, Bathroom and Office approximately 1,000 sq. ft. The Storage area will be permanently removed, while the Bathroom and Office area (approximately 390 sq. ft.) will be rebuilt after structural modifications are complete. 2) The existing drywall partition at the Motor Pool Storage room will be the location of a new demising wall between the proposed addition and the remaining Motor Pool structure. The demising wall will be a load-bearing concrete masonry wall on concrete foundation with furred gypsum board on the Office and Bathroom side. Structural work includes a new steel framed roof, and concrete slab. The Office and Bathroom will be recreated. Finishes, doors, and windows include the following: (i) Painted walls. Office and Bathroom walls will be gypsum board over metal studs. (ii) Porcelain tile floors and ceramic tile wainscot in the Bathroom. (iii) Prefabricated shower stall, toilet fixture and accessories in the Bathroom. (iv) Vinyl floor tile with 4 high rubber base in the Office. (v) Acoustic panel ceilings in the Office and Bathroom. The open shop ceiling will be exposed structure. (vi) Wood doors on hollow metal frames. (vii) Office interior windows tempered glass in hollow metal frames. 3) Existing Generator and Switchgear Rooms: Several doors will be replaced including the overhead coiling door, exterior exit door, and doors at the exiting switchgear room. To meet blast resistance requirements, the new insulated coiling door will have a blast curtain catchment system located behind. Other doors will be blasting resistance. A door will be added between the Generator Room and the new addition to allow for staff access between these spaces. The Generator Room walls, and floor will be repainted. 4) Addition Construction: One-story addition on the south (plan west) side of the Motor Pool Building to house electric switchgear, and cooling towers on the roof. The addition will be approximately 1,070 sq. ft. with reinforced concrete masonry exterior walls, steel framed, concrete slab-on-grade, and steel roof deck. The masonry exterior walls extend above the roof to shield the cooling towers. New structure (columns and roof) will be 1-hour fire rated. 5) The floor of the addition will align with the existing Motor Pool floor elevation. Due to the sloping site, a stair and elevated walk will be required at entries to the addition. 6) Exterior walls and the roof screen of the addition are designed to be blast resistant. Exterior wall cladding will be 2-inch-thick insulated metal panels (R-16) over 1-inch girts. Insulated panels will extend at least 24 below the finished floor elevation to provide slab edge insulation. At the masonry screen wall (above the roof) metal panels will be uninsulated. 7) The addition will have two exterior doors. Double doors on the west (plan north) side for staff and equipment access, and a secondary exit on the south (plan west) side. Exterior doors will be hollow metal 14-gauge for blast resistance. 8) The existing built-up Motor Pool roof will be replaced with a new cold applied SBS modified bituminous roof system with R-30 insulation. The addition will have a similar new roof system with tapered insulation (R-30 average) & flashing work at curbs and penetrations for equipment. To avoid roof drains over electrical equipment, the new roof will drain to scuppers and downspouts on the north and south sides. The roof will be accessed from an interior ladder and roof scuttle. 9) The stairs will have steel pipe guardrails and handrails suitable for non-public use. 10) The addition will have (RES-2) Stonhard epoxy flooring, rubber base, and painted concrete masonry walls. The ceiling will be exposed structure with spray fireproofing. Column enclosures will be gypsum board over metal studs to achieve the required fire rating. 11) Wall mounted fire extinguishers will be provided by the VA in locations indicated on the drawings. Similar to the existing, fire extinguisher cabinets will not be needed. FIRE SUPPRESSION AND FIRE ALARM 1) Modify the existing Simplex fire alarm system and install new notification and initiation devices in accordance with the project codes and VA TIL. 2) Provide extension of the existing wet-pipe system for the main switchgear room including drip pans below sprinkler piping and head guards. Piping will be located in equipment corridors (not above electrical equipment). FIRE SUPPRESSION SYSTEM 1) The existing fire suppression system will be modified based upon the project scope of work. The existing wet pipe system will be modified to provide code compliant protection of the existing project scope areas and will be extended to provide protection in the new switchgear room addition. 2) The required fire flows and pressures for buildings provided with automatic sprinkler protection shall comply with NFPA 13 and other applicable NFPA standards. A minimum hose stream allowance for total combined inside and outside firefighting to be provided to comply with NFPA 13. 3) The local responding fire department will provide the necessary flow and pressure for manual firefighting operations. VA occupied buildings are required to have sprinkler protection. A wet pipe automatic sprinkler system in accordance with NFPA 13, except as indicated in the VA Fire Protection Design Manual, will be provided to protect all areas of the building. Sprinkler protection shall be provided in all spaces including, but not limited to, elevator machine rooms, walk-in freezers and cold rooms, computer rooms, telephone switch rooms, radiology and MRI suites, loading docks, electrical rooms, plumbing or utility closets, audiometric booths, paint spray booths, dry type lint collectors, dust collectors, and generator rooms. Sprinklers are not required where specifically exempted by NFPA 13 and the VA Fire Protection Design Manual. A flow switch, isolation valve, tamper switch, and pressure gage shall be provided for each zone. System status will be annunciated on the fire alarm control panel with signaling to the fire alarm reporting system. Drainpipes for each sprinkler riser and test connection shall be routed to the building exterior to facilitate testing. Drains shall not terminate at service sinks. Drain piping shall be 2-inch minimum to accommodate discharge from full flow tests at maximum system pressure. Sprinkler systems shall be hydraulically calculated by any design approach allowed by NFPA 13, except that the Special Design Approach shall not be used in health care. Pipe schedule systems may be used for extension of existing pipe schedule systems where the water supply is adequate. A safety factor of 10% for each sprinkler demand including required hose streams shall be included. Sprinkler densities shall comply with NFPA 13 and the VAFPDM except in rooms containing moveable/mobile shelving (high density storage) where the density shall be Ordinary Hazard (Group 2). Quick response sprinkler shall be installed in all areas, except where specifically prohibited or noted elsewhere in the VA Fire Protection Design Manual. Sprinklers shall be Factory Mutual (FM) approved as quick response except as identified below: (i) Concealed sprinklers that are UL listed quick response and FM approved standard response are permitted in clean rooms provided that the rooms are not designed under negative pressure. (ii) Concealed sprinklers that are UL Listed quick response and FM approved standard response may be used with the approval of the VHA Central Office Fire Protection Engineer. (iii) FM approved standard response sprinklers shall be permitted where quick response sprinklers are prohibited. FIRE ALARM SYSTEM The existing fire alarm system will be modified for the project scope of work. New manual pull stations will be provided near the exits in the new switchgear room. New alarm devices will be provided throughout the project scope area to comply with NFPA 72 and the VA Fire Protection Design Manual. General Evacuation 1) Provide audible notification appliances to be heard in all locations throughout the project scope area. Provide visible notification appliances in all publicly accessible areas of the building such as corridors, auditoriums, cafeterias, open assembly rooms 750 SF, canteens, retail stores, etc. Flash rate shall not exceed one flash per second for visible appliances. Strobes that operate on adjacent zones on each floor shall be synchronized with one another as required by NFPA 72. Visible notification appliances are not required in the following spaces which are not considered to be public accessible: (i) Individual office spaces unless the space is known to have a hearing-impaired person stationed there (ii) Closets (janitors clothes, etc.) (iii) Utility shafts (iv) Crawl spaces (v) Normally unoccupied rooms 100 SF (vi) Normally unoccupied storage spaces where no regular activities take place other than placement and retrieval of storage (vii) Stairway enclosures and elevators (viii) Patient exam/treatment rooms F. Special Requirements 1) Where smoke detectors are required, they shall be photoelectric type only. Duct detectors are to be installed only where required by NFPA 101 or NFPA 90A. Where a duct smoke detector is located above a ceiling or in a difficult to reach location, provide a remote indicating lamp and test key switch on nearby wall at 7-feet AFF to facilitate testing. G. Carbon Monoxide Detection 1) Carbon monoxide detection shall be provided as required by NFPA 101. PLUMBING 1) Remove all the existing restroom plumbing fixtures and associated appurtenances including water closet, lavatory, shower, and emergency shower. 2) Remove existing roof drains. 3) Remove existing water heater and associated appurtenances. 4) All storm drain, domestic water, sanitary and vent piping shall be removed back to mains and capped. 5) Remove existing eye wash, salvage for re-installation. Provide portable eye wash during construction. 6) Provide temporary plumbing to serve restrooms fixtures in construction trailer. Contractor to verify route temporary piping and connections to plumbing mains. 7) Provide plumbing fixtures and associated appurtenances including water closet, lavatory, shower in the new second floor restroom. 8) Re-install emergency eye wash in motor pool room. 9) Connect new plumbing piping from mains to new fixtures. Provide appropriate isolation valves and wheel stops at all fixtures. 10) Provide a new 20-gallon electric water heater to serve new lavatory, shower, and emergency shower. 11) Provide new roof drains and storm drainage piping for the motor pool building area. Connect new piping to existing. 12) Provide downspout boots at new downspout locations on the new electrical switchgear addition. Connect new piping to below grade site drainage system. MECHANICAL 1) Demolish the two (2) existing 4160-volt generators and their appurtenances and replace them with two new (2) 2.8-MW Tier 4F generators, including the exhaust systems, fuel oil systems, generator cooling systems and compressed air system. The contractor shall be responsible for loading these generators up from the warehouse/manufacture where they are stored/being worked on and transporting them to the job site. 2) Two (2) new generators and all their appurtenances will be provided, including a new generator flue stack for each genset. Each flue stack will be comprised, but not limited to 26 black steel with 3 calcium silicate insulation with canvas jacket, a diesel particulate filter (DPF), a mixing duct, a selective catalytic reduction (SCR) system, expansion joints. Two (2) new aqueous urea tank systems will be provided to mitigate NOx levels of the generator exhaust to comply with TIER 4 Requirements. 3) Demolish the existing heating and ventilating unit, HV-2 and ventilating unit HV-3 serving the generator room and its appurtenances including the ductwork system and steam and condensate return piping. The existing intake louver associated with the heating and ventilating units, will remain and be reused for the new combustion and ventilation air systems. The heating and ventilating unit, HV-1 serving the Central Plant and Switch Gear Room and its appurtenances, including the ductwork and chilled water coil/piping systems will remain. 4) The existing unit heaters and their appurtenances serving the Generator Room, including the steam and condensate return piping will be demolished. New increased capacity steam unit heaters will be provided to accommodate the combustion air intake airflow amounts for the new generator operation requirements. 5) Provide a new combination combustion / ventilation supply and cooling exhaust air systems for the Generator Room to accommodate both on-and-off times, as well as individual generator operation. 6) The existing steam heaters in the generators room shall be demolished. 7) A large fan is located on a mezzanine level above the generator room. This fan shall be replaced as part of this project in order to provide the proper level of cooling to the generator room. 4) The Generators must meet Tier 4 exhaust requirements, thus a Tier 4 exhaust system is included in the project. The system included a Selective Catalyst Reduction Unit (SCR) and a Diesel Particulate Filter (DPF). The existing catwalk will be expanded/reconfigured to provide access to the new Tier-4 exhaust and HVAC combustion/ventilation equipment. 5) The existing 3-inch high-pressure steam and 1-1/2 pumped condensate serving building 16, currently drops down into an existing pit in the Generator Room and then exits building 101 underground in a conduit that runs over to building 16. The steam and condensate lines will be removed within the generator room, pit and 5 feet beyond the footprint of the new Motor Pool building foundation. 6) There two (2) existing duplex condensate pump and receivers in the Generator Room. The one on the plan north wall serves the existing cooling tower basin heater, which are being demolished. Thus, the steam and condensate piping and the condensate pump will be demolished. The condensate receiver tank and duplex pump on the plan south wall will remain as is to return condensate from the steam unit heaters back to the boiler plant. 7) The exhaust fans will be Greenheck tube axial type, model # AX with a 50,500 CFM capacity per fan and a total of two (2) fans. Each fan will be provided with and controlled by a VFD via the Engineering Control Center (ECC). 8). The (2) supply fans will be Greenheck tube axial type, model # AX with a 25,000 CFM capacity per fan and a total of four (4) fans. Each fan will be provided with and controlled by a VFD via the ECC. 9) The (2) generator exhaust fans, (4) supply fans and their associated dampers will connect into the controls for the engine generators. 10) Two new 330-gallon day tanks, with integral transfer pumps, shall be installed for each generator. Day tanks shall be reconnected to existing fuel oil piping leading back to the existing 30,000-gallon underground fuel tank. Additionally, a new fuel oil maintenance and cleaning system will be provided and located in the Generator Room. The fuel oil maintenance system will be piped to the existing fuel oil piping just inside the building. Control valves will control the operation of the fuel oil maintenance skid. 11) A new direct current battery start package will be provided to start the generator engine. 12) All new equipment requiring automated controls will be integrated with the existing nearby boiler room ECC and local controller point capacity and wiring extended as required to accommodate the new scope. 13) Inspect, test, and polish the fuel for Underground storage Tank 30,000 gallons that serves the EMD in accordance with NFPA and manufacturer recommendations. ELECTRICAL A. The following systems will be modified to suit the electrical demands of the renovation: 1) Electrical Distribution (4160/2400V, 3PH, 4W) (480/277V, 3PH, 4W) and (208/120V, 3PH, 4W) 2) Fire Alarm System 3) Communications and IT Systems 4) MCC-3A shall be demolished as part of this project. 5) contractor shall be responsible for loading this equipment up from the warehouse where they are stored and transporting them to the job site. All eight sections of switchgear shall be delivered to the site: (1) Master/Bus PT section, (3) generator input circuit breaker sections, (4) stacked distribution circuit breakers sections. 6) The VA has requested that H.O. Penn, who is currently responsible for storing the equipment, prepare and re-commission the generators and paralleling switchgear for transit and certify the condition of the equipment prior to delivery. 7) After all of the demolition of the equipment, piping, and gear in Generator Room GK04, the new generators shall be set on the existing/extended concrete pads. 8) New generator system status panels shall be installed in three locations within the hospital: Switchgear Room GM04, the boiler plant main office, and the VA police office. Each panel shall be tied back to generator control panel via fiber optic cable pair. 9) A new load bank shall be provided for the generators. Load bank will be set on structural piers across the driveway from the Switchgear Room GM04. A concrete encased duct bank shall be constructed to route conduit from switchgear room to load bank. Existing tree shall be removed, and hill shall be prepared as required for installation of load bank. 10) A generator tap box shall be installed adjacent to the load bank. The tap box will be connected to one of the generator input circuit breakers in the paralleling switchgear. 11) The ASCO paralleling switchgear shall be installed in the newly built switchgear room adjacent to the existing Motor Pool Building. Feeders shall be installed between each generator circuit breakers and the incoming generator breakers within the paralleling switchgear. After the generators and paralleling switchgear are fully installed and tested, new 5 conduits shall be run from the existing medium voltage ConEd utility switchgear to the new utility input circuit breakers within the paralleling gear. The four utility services can they be cut over to the paralleling switchgear in stages, utilizing the existing sync bus to keep all of the loads online. 12) The paralleling gear will need to be modified as required by one of the pre approved subcontractor to support the new program, including adding interlocks, updating the processor and programming, etc. Potential transformers shall be added to each of the utility circuit breakers. This will be done by adding an ASCO top hat mounted to the top of the gear above each of the four utility breakers. 13) Contractor shall provide and install a new 16 high pullbox on top of each of the four top hats. The feeders from the medium voltage switchgear shall terminate to the side of these pullboxes. The cables shall then be routed down into the top of the new ASCO PT top hats . 14) Controls will stage the utility feeds into the new switchgear as required so that the 50-kAIC withstand rating of the paralleling switchgear bus is sufficient. 15) The controls shall also be programmed to run load bank testing, to send signals to the existing 480-demand response program. This program requires the generators to run upon notification from ConEd to remove the hospital from its electric grid. The program generates credits back to the VA. See Drawing E-602 for further information on this sequencing. 16) ASCO remote terminal I/O units shall be provided in existing Switchgear Room GK05 and within the rooms that house the existing 480-volt ATS s that run the emergency system. Cabling or fiber shall be run from these I/O units back to the master control section of the paralleling gear. This system will handle the communication to the existing emergency 480-volt emergency system. 17) The bus duct currently servicing MCC-3A shall be cut back to a convenient overhead point and new cable tap box shall be installed at the end. From this tap box, feeders in conduit shall be extended down to a new 800-amp, 480-volt Panelboard E3A that will be installed in the previous location of MCC-3A. This panel shall feed the motor pool shed, the new cooling towers, the new mechanical fans, generator cooling towers and all other 480-volt loads required for the generators. 18) All new mechanical equipment, that will be selected to cool the generator room and motor pool building, will be tied to the new 800-amp panel. Locally mounted VFDs shall be provided as required. 19) If new circuit breakers are required to be installed within existing equipment, they shall match the existing circuit breaker s type and AIC rating. 20) Existing 120-volt, 20-amp circuits that currently feed existing mechanical units receptacles shall be reused for new unit. 21) New control panels shall be provided with new 120V, 20A, 1-pole circuit breaker installed in existing space in existing branch circuit panels. 22) A new security gate shall be provided across from the existing Fisher House to increase the physical security of the vehicular pathway to the new switchgear room. Two-way motorized security gates shall be actuated by dual authenticating card readers and shall be monitored by a license plate camera. All power and security/data wiring shall be routed back to the power source panel and new security headend in the Fisher House via a new concrete encased duct bank. Care must be taken when digging in this area and use of ground penetrating radar by the contractor shall be required. It`s the responsibility of the contractor to install the security gate, locate a panel to feed the gate and all rocks should be included as a part of this scope. 23) The VA determined that a temporary generator will not be required for this project however the VA has expressed that it would like the generator tap box to be installed and functional as early in the project as possible. 24) Heavy-duty safety switches (ratings as required) will be provided for hard-wired equipment where a local disconnecting means is required. Disconnects will be fused or unfused as required. Stainless steel enclosures will be specified for interior wet locations. 25) All non-current carrying metallic parts of the electrical distribution system will be bonded to the grounding electrode system and building structural steel. 26) All wiring shall be #12 & #10 wiring shall be solid. Larger wiring shall be stranded. 27) Nonflexible metallic conduit will be provided for all emergency circuits due to the need to provide redundant grounding and protection of the branch circuit. 28) An insulated grounding conductor will be run with all power feeder and branch circuits to supplement the conduit ground. 29) All abandoned in-slab conduits shall be cut and capped. 30) Tele/Data If required by the DDC control panels, new tele/data Cat 6 wiring shall be pulled back to existing racks via existing cable tray or pathways. Tele/data wiring and devices shall also be required for the new switchgear room. 31)All transformers windings shall be copper and manufactured by Powersmith. ATSs, panels, circuit breakers, receptacles and disconnect switches manufactured by square D and all network cabling shall be CAT6A. 32) The contractor shall coordinate and work with the Utility Provider ConEdison during whenever access or actuation of the 5kv gear. 33) All underground electrical and low voltage installations shall be installed in a concrete encased duct bank as detailed in drawing CS-501. ELECTRONIC SECURITY SYSTEMS (ESS) PSRDM 1) ESS at the Fisher House shall be upgraded to include Physical Access Control, Security Surveillance Television, and Intercom Systems to control the Drop-Arm Screening Gate and Drop-Arm Exit Gate. 2) ESS will be implemented in numerous layers across the project scope, to include Security Surveillance Television (SSTV) using behavioral analytics, envelope dual-authentication PACS with antiprop alarms, interior SSTV, interior PACS for critical spaces, and all ESS shall be capable of being interlocked together to support a future VA Station PSIM. There will be a future Security ESS upgrade for the hospital. Equipment provided under this Contract will need to be compatible with the VA s future project. 3) All critical operations (boilers, generators, etc.) major alarm status will be monitored by both the Control Room and the campus Security Control Center (SCC) per PSRDM Chapters 9 & 10. 4) All ESS equipment shall be powered from uninterruptible power supply (UPS) equipment, which will provide a minimum of 10 minutes of service at rated output. UPS equipment will provide power during the time of loss of normal power and the change over to the standby electrical system (generator). 5) The PACS for this addition will include card reader/door operators to provide control for each building entrance and equipment room entrances, which shall be monitored/controlled by the centralized SCC. 6) The PACS system shall be able to be fully integrated with the SSTV. 7) Each exterior door will be controlled by a dual-authentication card reader/keypad, electrified mortise lock, contact sensor, and anti-prop alarms. 8) Interior doors for the generator room and switchgear room will be controlled by a dual-authentication card reader/keypad, electrified mortise lock, contact sensor, and anti-prop alarms. License Plate Reader cameras shall be utilized for count-up/count-down accountability and determine drop-arm is clear for closing of gates. 9) It is proposed to provide a new Network Video Recorder (NVR) in the Security Equipment Room of the existing facility. The new NVR shall be connected to the existing security system network. NVR shall have 90-day recording capacity. The SSTV shall be monitored/controlled by the centralized SCC. 10) All new IP cameras will be cabled back to this NVR via a POE managed switch. 11) Exterior perimeter SSTV coverage shall be provided via parapet mounted cameras on each of the two corners of the building addition. Cameras shall be 270-degree panoramic, motion activated, night vision cameras with integral behavior analytics. 12) Interior motion activated cameras shall be provided for the generator and switchgear rooms. 13) SSTV shall be able to be fully integrated with the PACS. Cameras should be Avigilon, SSTV system should be Avigilon control center 7 software to be compatible with our system. PACS should be HID. Equipment provided as part of this project will be compatible with the VA Security Project. The VA Security Project will utilize C-Cure 9000 for the PACS software which will require iSTAR Access Controllers. 14) The generator and switchgear rooms have to have 90 mins fire rated doors in a 2-hour rated walls. REPLACE COOLING TOWERS FOR MAIN STANDBY GENERATORS MECHANICAL 1) Demolish the entire remote cooling system including circulating pumps, heat exchangers, cooling towers and glycol make-up system. 2) Provide new remote dry cooler system to serve the new diesel generators. 3) The entire piping system for each new genset shall be replaced. Each genset shall be served with new schedule 40 steel pipe. Two (2) 6 supply/return lines to serve after cooler system, and two (2) 6 pipes to serve jacket water cooling system. 4) Piping will be insulated for personal protection from high fluid temperatures. 5) The basis of design of Radiators AKG, Model AELHB72-STK-50C which meets/exceeds the required capacity for new CAT-C175 Diesel Generator. 6) The coolant solution shall be 50% Propylene Glycol, to meet VA requirements for freeze protection means and will be provided by the Diesel Generator manufacture. 7) The existing BAS system will be utilized and will be extended as necessary to accommodate the new equipment for monitoring purposes. 8) Each Radiator fan shall be interlocked with its corresponding Genset to start upon start of internal circulating pump and proofing of flow status. ELECTRICAL 1) New dry coolers shall be installed on the roof of the new switchgear room adjacent to the existing motor pool building. 2) New power feeders shall be routed from the new circuit breakers in existing 480- volt panelboard E3A, which is located within the existing switchgear room to new VFDs located on the dry coolers. The Panel E3A is a new 800-amp panel that replaces motor control center MCC-3A. 3) Additional low voltage conduits shall be provided from the unit mounted VFDs to the generator room for system integration wiring with the generator system. 4) A new weatherproof receptacle and jelly jar light fixture with switch shall be provided within 25 of the dry coolers. 5) If required, lighting shall be provided on top of the dry coolers. 9) All penetrations shall be sealed with fire sealant caulking. Hilti fire sealant is the Bronx VAMC standard. 10) Heavy-duty safety switches (ratings as required) will be provided for hard-wired equipment where a local disconnecting means is required. Disconnects will be fused or unfused as required. 11) All non-current carrying metallic parts of the electrical distribution system will be bonded to the grounding electrode system and building structural steel. 12) All #12 & #10 wiring shall be solid. Larger wiring shall be stranded. 13) An insulated grounding conductor will be run with all power feeder and branch circuits to supplement the conduit ground. 14) All transformers windings shall be copper, all transformers shall be manufactured by Powersmith, ATSs, panels, circuit breakers, receptacles and disconnect switches manufactured by square D and all network cabling shall be CAT6A. COMMISSIONING SERVICES FOR THE EMD GENERATORS AND COOLING TOWER: The systems for the EMD Generators to be commissioned are Electrical, HVAC, DDC Control and BMS, and for Cooling Towers, pumps, water treatment, and fuel oil. Below are some services that are required: Construction Phase Commissioning Services: Participate in a design meeting with VA Project Manager, VA Resident Engineer, VA Medical Center Construction Team, A/E Design Team and Contractor Team Review Owner s Project requirements and VA Design & Construction requirements Review Final Construction Documents Participate in Pre-Construction Conference Prepare Construction Commissioning Plan Conduct Commissioning Construction observations to verify equipment/system installation, attend construction progress meetings, conduct Commissioning Progress Meetings, witness contractor duct pressure testing, witness contractor piping testing, witness contractor duct and pipe cleaning/flushing process, assist in resolving commissioning issues, witness contractor equipment startup, witness TAB procedures, and/or witness contractor equipment/subsystem testing and seven day functioning capacity. Cx Firm approach and predicted number of site visits, staffing of each site visit, and expected duration of each site visit shall be thoroughly described in the Task Order technical proposal. Review contractor submittals and/or shop drawings. Participate in a Construction Phase Controls Meeting to discuss and optimize control strategies, controls programming, and optimizing sequences of operations. Review Test and Balance (TAB) Plan Prepare Final Systems Readiness Checklists Prepare Final Systems Functional Performance Test Protocols Review Operations and Maintenance (O&M) data Review TAB Report Review Contractor Training Prepare Systems Manuals Conduct On-Site, Video Recorded Systems Training Spot Check contractor-prepared System Readiness Checklists Direct Systems Functional Performance Testing Direct Integrated Systems Testing Prepare Final Commissioning Report Meet with VA Project Manager and Facilities Staff to review the Final Report and develop corrective action plan for outstanding commissioning issues and construction punch list items. Warranty Phase Commissioning Services: Direct Deferred and Seasonal Systems Functional Performance Testing Interview VA Project Manager, Users, and Facilities Operations & Maintenance Staff concerning facilities and systems operations. Provide a data analytics package that pulls real-time data from HVAC BAS System, stores the data on an offsite server maintained by the Cx Firm, provide comprehensive trending, analysis, and instantaneous alerts to VA personnel via text message and data pushes to station HVAC maintenance database throughout the one (1) year Warranty Period. Conduct systems inspections for potential warranty claims prior to expiration of contractors warranties. Review outstanding commissioning issues and verify corrective actions. Prepare Amendment to Final Commissioning Plan. Meet with VA Project Manager and Facilities Staff to review Amendment to Final Commissioning Report. Facility Systems to be Commissioned include, but are not limited to: Heating, Ventilating, Air Conditioning, and Refrigeration Systems Building Automation System Utility Monitoring and Control System Power Distribution Systems Power Generation Systems Natural Gas and Propane Systems Water Pumping and Mixing Systems Compressed Air and Vacuum Systems Energy and Water Utility Metering Systems and Sub-Meters Corporate Requirements: 1.Commissioning Firm shall be certified by at least one of the following agencies: Building Commissioning Association (BCxA) AABC Commissioning Group (AGC) National Environmental Balancing Bureau (NEBB) GENERAL REQUIREMENTS: Tanks- all tanks must include the following in design and function: Double wall Include overfill protection Include interstitial monitoring Include backflow prevention All underground piping shall be double wall. The Contractor may expect rock during soil excavation and remove all rocks and debris. If the excavation is 6 feet (1.83 meters) or deeper, there must also be protections in place to prevent workers from falling into the excavation. Fill ports must be identified as to the type of petroleum currently in the AST system. For any underground piping- piping must be tested for tightness and have access port to permit tightness testing. The Contractor is required to hire a Professional Geotechnical Engineer to provide inspection of excavations and soil/groundwater conditions throughout construction. A storm permit is required if the tanks are located near storm drains. Schedule work to minimize interference with the facility s normal operations. Normal operating hours are from 8:00am to 4:30pm Monday thru Friday except federal holidays. Any work during other hours unless otherwise instructed or permitted shall be scheduled and approved with the Contracting Officers Representative. All disposals shall be done in accordance with federal, state, and local laws and regulations. All bulk waste shall be disposed of in contractor provided dumpsters. All proper infection control and life safety measures will be abided and coordinated with Infection Control and Safety Officer. Bidders are required to carefully examine the Scope of Work and Contract Documents in their entirety. A minimum of one (1) on-site examination of the facility, conditions, existing components, and work areas by prospective Bidders and their subcontractor(s) is required prior to bid submittal. Bidders are responsible for the total content of their submittals, including all assumptions, attachments, addendums, and technical requirements incorporated by reference. For these reasons, on-site examinations are required. Bidders are encouraged to evaluate and field measure, as necessary, to formulate and submit accurate and complete bids. Errors or omissions, not due to unforeseen site conditions, are the responsibility of the Bidder. Proper due diligence is paramount. Prior to any equipment and/or materials being delivered to the site to be stored, staged, utilized, or installed as a part of the project, the Contractor shall have submitted to the Contracting Officer s Representative a formal project plan (using Microsoft Project or other commercially available software product designed for this purpose) indicating phasing and or sequence of operation which helps identify and coordinate the overall effort. This plan requires the review and prior written approval of the COR. The Contracting Officer has the right to reject defective workmanship, materials, and/or work not performed in compliance with applicable VA requirements, project drawings, and project specifications. Only the Contracting Officer or his/her representative may accept work performed by the contractor. Estimated Completion Time: 700 Calendar Days. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government after award of the contract, be responsible for all damages to persons or property. The Contractor shall take proper safety precautions to protect the worksite, the workers, the public and the property of others. Contractor shall also be responsible for all materials delivered and work per-formed until completion and acceptance of the entire work. PROJECT MANAGEMENT: Contractor shall assign a full-time site superintendent for the duration of the project in its entirety. The site superintendent and Project Manager must have a minimum of 5 years of experience directly related to the electrical trade and work on electrical distribution systems. The Project Manager shall have the necessary training, knowledge, and experience required to help ensure the timely and successful completion of the project and all related duties. The Contractor will submit qualifications of their Project Manager to the Contracting Officer s Representative within 10-days of contract award. The Project Manager shall be the on-site representative of the Contractor and shall oversee all aspects of day-to-day project operations and shall serve as the Contractor s primary point of contact, including the ability to meet with the Contracting Officer, at the Government s convenience, for meetings to discuss project status and/or contractual issues as necessary. AUTODESK CONSTRUCTION CLOUD (ACC) ACCESS REQUIREMENT Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR). at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts. There is no user, license, or subscription fee to the contractor for using this cloud-based platform. Contractor shall complete the following tasks upon award of contract: Request access to ACC platform and ProductivityNOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through ProductivityNOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days. Access to ProductivityNOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount be provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertains to staff who was granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor ability to maintain required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. ADMINISTRATION: Accident Reporting: In the event an accident occurs of Government personnel or property, the Contractor shall provide a report to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. d. Federal Holidays: Federal law (5 U.S.C. 6103) establishes the public holidays. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). Federal holidays include: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, and Christmas. e. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted through the Tungsten Network. A properly prepared invoice will resemble the contract line items reflected in the Price/Cost Schedule and contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Dates service performed. Location of service performed. Total amount due SAFETY REQUIREMENTS Contractor shall comply with VA Guidelines, and OSHA safety standards. PERIOD OF PERFORMANCE All work must be completed within 700 calendar days of notice to proceed. This period of performance includes reasonable durations for all submittals to be approved prior to beginning construction. Contractor is required to notify the COR/CO prior to any approved work to be performed at the JJP VAMC. WARRANTY The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The contractor further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at their own cost. INSPECTION A final inspection for quality assurance shall take place by VA personnel prior to acceptance of the work. Applicable NAICS Code: 238120. Estimated Completion Time: 700 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered with the SBA Veterans Small Business Certification (Vet Cert) at Veteran Small Business Certification (sba.gov) prior to submitting a bid: Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 238210, with a Size Standard of $19.0 Million. The NAICS Code selected has been approved as the most appropriate for the project related tasks and SOW. This NAICS Code will not be subject for discussion or change. The cost range for this project is over S10Million. A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around July 1, 2025. The bid submittal address, date and time will be included in the solicitation. Specifications and plans will be available for download from the Sam website at https://www.sam.gov Amendments to this solicitation will be posted on the Sam.gov website as well. Bidders are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of bid opening. All bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. E-mail questions concerning the solicitation to Patricia Cordero at patricia.cordero@va.gov. Responses to this Pre-Solicitation notice must include your firm s capability statement in writing (email) and must be received no later than June 25, 2025, at 4pm Noon EST. Email: Patricia.Cordero@va.gov. No telephone inquiries will be accepted.
Background
The Department of Veterans Affairs is issuing a solicitation for construction services to replace the Main EMD Generators and Cooling Towers at the James J. Peters VA Medical Center located in Bronx, New York.

The primary objective of this project is to enhance the facility's operational capabilities by replacing outdated generators and cooling systems while ensuring compliance with the VA Physical Security and Resiliency Design Manual (PSRDM). This project will also involve renovations to the existing Motor Pool Building, which will house new electrical switchgear serving the EMD Generators.

Work Details
The contractor is required to furnish all labor, materials, tools, and supervision necessary for the following tasks:
1. Replace two existing 4160-volt generators with two new 2.8-MW Tier 4F generators, including all associated systems (exhaust, fuel oil, cooling, and compressed air).
2. Demolish existing cooling towers and install new dry coolers on the roof of the new addition.
3. Renovate the Motor Pool Building to accommodate new electrical switchgear, including demolition of existing structures and construction of a new addition.
4. Install a new fire suppression system compliant with NFPA standards.
5. Modify existing plumbing and electrical systems as needed to support new installations.
6. Ensure all work meets PSRDM mitigation measures including structural modifications for safety and security.
7. Conduct field testing, commissioning, and coordination with subcontractors as specified in contract documents.

Period of Performance
All work must be completed within 700 calendar days from notice to proceed.

Place of Performance
James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468.

Overview

Response Deadline
June 25, 2025, 4:00 p.m. EDT Past Due
Posted
June 11, 2025, 2:55 p.m. EDT (updated: Sept. 10, 2025, 1:31 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
James J. Peters DVA Medical Center, 130 W. Kingsbridge Road Bronx, NY 10468 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$4,000,000 - $8,000,000 (AI estimate)
Odds of Award
84%
On 6/11/25 VISN 2: New York/New Jersey VA Health Care Network issued Presolicitation 36C24225B0038 for 526-26-102 Replace Main EMD Generators and Cooling Towers due 6/25/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC 6115.
Primary Contact
Title
Contract Specialist
Name
Patricia Cordero   Profile
Phone
(718) 584-9000 X4928

Documents

Posted documents for Presolicitation 36C24225B0038

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Presolicitation 36C24225B0038

Contract Awards

Prime contracts awarded through Presolicitation 36C24225B0038

Protests

GAO protests filed for Presolicitation 36C24225B0038

Incumbent or Similar Awards

Contracts Similar to Presolicitation 36C24225B0038

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 36C24225B0038

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 36C24225B0038

Experts for 526-26-102 Replace Main EMD Generators and Cooling Towers

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 242-NETWORK CONTRACT OFFICE 02 (36C242)
FPDS Organization Code
3600-00242
Source Organization Code
100186522
Last Updated
Oct. 3, 2025
Last Updated By
patricia.cordero@va.gov
Archive Date
Oct. 2, 2025