Presolicitation Notice - Z- Construction, Bldg 200 AHU and Motor Control Center Replacement, VA, VHA, SFHCS, San Francisco, CA - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Get our newsletter
Order Prints
October 21, 2011
Share
Share
Tweet
Email

Presolicitation Notice – Z– Construction, Bldg 200 AHU and Motor Control Center Replacement, VA, VHA, SFHCS, San Francisco, CA

Copyright:  (c) 2010 Federal Information & News Dispatch, Inc.
Source:  Federal Information & News Dispatch, Inc.
Wordcount:  2613

Notice Type: Presolicitation Notice

Posted Date: 20-OCT-11

Office Address: Department of Veterans Affairs;Sierra Pacific Network VISN 21;5342 Dudley Blvd;NCA - Bldg 209;McClellan CA 95652-1012

Subject: Z-- Construction, Bldg 200 AHU and Motor Control Center Replacement, VA, VHA, SFHCS, San Francisco, CA

Classification Code: Z - Maintenance, repair, and alteration of real property

Contact: Thomas HartContract Specialist 916-923-4514 mailto:[email protected] [Contract Specialist]

Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business

Description: Department of Veterans Affairs

VA Northern California Health Care System

Department of Veterans Affairs No. California Health Care System System

PRE-SOLICITATION NOTIFICATION

DEPARTMENT OF VETERANS AFFAIRS (VA)

SIERRA PACIFIC NETWORK (VISN 21)

MCCLELLAN BUSINESS PARK

SACRAMENTO COUNTY, CA

ACQUISITION IS A TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE (SA)

Solicitation (RFP) Number: VA-261-12-R-0074

Project Number: 662-12-004

Project Title: Bldg. 200 AHU and Motor Control Center Replacement

Project Location: VA, VHA, SFHCS, San Francisco, CA

Project Magnitude: between $1,000,000 and $2,000,000.

FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process.

Acquisition shall be competitively negotiated in accordance with15.101-2 -

Lowest Price Technically Acceptable Source Selection Process.

(a) The lowest price technically acceptable source selection process is appropriate

when best value is expected to result from selection of the technically acceptable

proposal with the lowest evaluated price.

Offers shall be required to consist of distinct Price Proposals and Technical Proposals.

RFP is to be issued electronically at FBO Website.

RFP is to be issued electronically free of charge at FBO Website.

RFP shall be issued on or around November 04, 2011.

Pre-Proposal Conference (PPC) shall take place on or around November 09, 2011.

Attendance at PPC is not mandatory for a firm's submission of an Offer.

Offer due date shall be on or around September December 05, 2011.

Exact times, dates, and locations shall be provided in the RFP.

Applicable NAICS Code is 237130

Power and communication line and related structures construction

Applicable Product / Service Code is Z1DA (Old Code Z141)

Construction of Hospitals and Infirmaries.

Contracting Activity:

Department of Veterans Affairs (VA)

Sierra Pacific Network (VISN 21)

Consolidated Contracting Activity (CCA)

Bldg 209, Room 126

5342 Dudley Blvd

McClellan Park, Sacramento County, CA 95652

Engineering Activity:

Department of Veterans Affairs (VA)

San Francisco Health Care System (SFHCS)

San Francisco, CA

Bldg. 200 AHU and Motor Control Center Replacement

Project # 662-12-004

General Intention:

A. Contractor shall furnish all labor and materials needed to perform all demolition, renovation, replacement, installation, finishes and commissioning required by this scope located at the San Francisco Veterans Affairs Medical Center as required by specifications.

B. Visits to the site by bidders may be made only by appointment with the Contracting Officer for the project.

C. This project is to take no longer than 360 calendar days from notice to proceed. This project will be phased and temporary electrical feeds will be necessary, the contractor shall reflect this in his proposal.

D. The contractor will dispose of all equipment components demolished or replaced as part of this project.

E. Contractor shall be responsible for providing temporary electrical feeds to electrical motors as necessary for replacement of each Motor Control Center. Also the contractor will be obligated to reroute all conduit and feeds as necessary to complete the installation as shown on attached diagrams.

F. The contractor shall include all necessary name plates for each device and provide the arc flash rating for each piece of new equipment. The contractor shall show the report which includes the calculations to determine the arc flash rating for each piece of new equipment. Arc flash protection similar to the Eaton Motor Control Center models is preferred.

G. Variable Frequency Drive (VFD) Where ever referenced, assumes Toshiba Q9 or equivalent equipment to be installed.

H. Each Motor Control Centers shall have gateway monitoring system similar to the Eaton system. It shall be able to allow trending and monitoring of each device in the Motor Control Center. This system shall be networked to allow remote monitoring from the network. Each device in the Motor Control Center shall have a LCD screen to show electrical values of the device, current, volts per phase, etc.

All Motor Starts shall have LED indication lights for status: run, off, failure.

J. The contractor shall provide the adequate amount of spaces per the table per each MCC. The contractor is to provide the correct size Motor Start, VFD, or adjustable breaker as required by the table. All spaces in each Motor Control Center will be filled with one of the choices above. Adjustable breakers will be 0-100 amp adjustable trip.

K. The contractor shall be responsible for tying in all Motor Starters shown on the load schedules. All existing Motor Starts at the equipment shall be bypassed and removed from the equipment. This will insure all Motor Starters will be energized from the Motor Control Center Cabinets.

MCC-D:

Replacement of MCC-D will require a new feeder to be installed from the basement of Bldg.200, from MS-2 panel board to the penthouse location. Recently a similar electrical feed was installed from EMS-B on the exterior of the building to the penthouse, approximate linear run was 200 Feet. The VA would like a similar installation for this new feed for MCC-D. This project will include a painting of the exterior conduit with marine paint type application. This new feed will connect to the new MCC-D in its new location, see drawing A. This feed will be 600 kcmil size wires, 3 wires in the conduit. The contractor will need to install the appropriate conduit size and pull boxes required for this installation. The contractor will also provide the wire and labor necessary to install the wire rating necessary for the project. The VA is specifying Eaton Motor Control Center equipment due to its Arch Flash safety device features which will make this installation very simple. Without completing a large shutdown, the VA would like to have both MCC-D, new and old activated at the same time to allow a faster switch over of each load independently allowing only small shutdowns for each device. The contractor shall have the new MCC-D 100% installed and ready for load transfer. The contractor shall prepare and install all re-routing conduits and junction boxes before the first shutdown is scheduled. Once the entire load of MCC-D has been transferred and connected to the new MCC-D, old MCC-D shall be demolished and removed. New MCC-D has a load schedule below showing each planned transferred load and spares located which will be filled with an adjustable breaker. New MCC-D rating is minimum 400 Amps, 480/277.

MCC-E and X:

Once MCC-D has been replaced, its original location will be used for the new MCC-E and new MCC-X location. Each MCC has a load schedule below showing existing load, and spare locations which shall have an adjustable breaker installed. There are three emergency feeds that feed existing MCC-E and MCC-X, a 100 amp, 200 amp, and 400 amp feed. See one line diagrams attached to reference the feeds. When both MCC are completely installed, MCC-E will be fed by a 400 amp feed, that it is fed from now. MCC-X will have a 200 feed which exists but not yet activated. The 200 amp feed is not connected, but coiled up inside the MCC-E. The 100 amp feed will be abandoned and leads will be removed from the breaker in panel EMS-B. The 200 amp feed leads will need to be landed on an existing 200 amp breaker located in panel EMS-B. The equipment on both of these MCCs must have short shut down times either for load transfer or temporary feeds. MCC-E shall be a minimum of 400 Amp 480/277 V. MCC-X shall be a minimum rating of 200 Amps 480/277 V.

MCC-F:

MCC-F will be replaced and the new MCC-F will be placed in the same location. The existing loads on MCC-F will be temporarily fed from the new MCC-D during replacement. The existing feed for MCC-F is a bus tie off the existing MCC-D. When new MCC-F is completely installed, it will be fed from the existing feed of MCC-D, as new MCC-D will have a new feed installed during the project. MCC-F has a load schedule below, showing existing loads and spares that will be installed for the new MCC-F. MCC-F minimum rating is 400 Amps, 480/277. With the replacement of MCC-F, a new door will be cut into the existing louver section of the North side of the penthouse, near MCC-F location. This door should be 4' wide minimum, with appropriate lockset shown in specification section 010000. This will allow the contractor to access the penthouse for easier delivery of these electrical items.

Bldg. 200 AHU #6 Replacement:

Provide all labor, materials, tools, and supervision necessary to perform the requirements of replacement of the existing supply fan.

1. Contractor shall remove existing 30 HP supply fan in AHU-6

2. Contractor shall remove existing cooling coil in AHU-6

3. Contractor shall furnish and install new cooling coil to match existing capacities.

4. Contractor to furnish and install a new DDC control valve for cooling coil.

5. Cooling coil shall be approximately 9' wide by 4.75' height with 0.625' depth. Coil shall be a minimum of 4 rows and 13 fins per inch.

6. Heating coil shall be approximately 65 "width and 53" height. Coil shall be a minimum of 1 row and 12 fins per inch.

7. Contractor shall prep all interior space of AHU-7 with stainless steel and epoxy coating.

8. Contractor shall furnish and install a new fan wall system with minimum of six fans of premium efficiency rated motors driven by a Toshiba Q9 variable frequency drive (VFD) or equivalent. The VFD shall maintain Total Static Pressure (TSP) of 1.5 to 2.5 wic. Each fan shall have a damper to insure no backflow losses are encountered during a one fan failure. The fan wall system shall N+1 rated and in the event of one fan failure; the system shall be capable of maintaining 21,500 CFM.

9. The fan wall array shall be composed of 2 rows by 3 columns. Each fan shall be 6 HP and 480/3/60. Each fan cell shall include acoustical sound attenuation package. Each fan cell shall have a gravity damper to close in event of fan failure to prevent backflow.

10. Each fan cell shall include acoustical sound attenuation package.

11. Contractor shall furnish and install individual circuit protection for each fan.

12. Contractor shall furnish and install new stainless steel electrical disconnect.

13. Contractor shall upgrade existing electrical breaker in motor control center MCC-E and wire to accommodate new fan wall system.14. Contractor shall provide and field wire all motors to individual motor circuit protection panel. Panel will include motor status and indicating lights for each motor to notify system in the event of motor failure. An auxiliary contact will be provided and wired back to Building Management System (BMS).

15. Contractor to provide and install new duct static sensor.

16. Contractor shall furnish and install sealing for the wall inside the plenum and a level surface for the fans to sit on. Contractor shall anchor assembly per manufactures requirements.

17. Contractor shall furnish and install Fan Inlet airflow sensor with transmitter. Airflow measuring station shall be integrated into the BMS.

18. contactor shall furnish and install safety disconnect switch that will disconnect power to all fans when fan section door is opened.

19. Contractor to furnish and install DDC controls and seamlessly integrate with existing Johnson Controls Metasys BMS system. Contractor is to provide dynamic graphical interface for new fan wall AHU. Contractor shall include all hardware, software, programming, graphics and commissioning needed to accomplish this task.

20. Contractor shall perform TAB to ensure VFDs maintain correct static pressure.

Bldg. 200 AHU #7 Replacement:

Provide all labor, materials, tools, and supervision necessary to perform the requirements of replacement of the existing supply fan.

Contractor shall remove existing 20 HP supply fan in AHU-7

Contractor shall remove existing cooling coil in AHU-7

Contractor shall furnish and install new cooling coil to match existing capacities.

Contractor to furnish and install a new DDC control valve for cooling coil

Cooling coil shall be approximately 65" width and 53" with 12.5" depth. Coil shall be a minimum of 8 rows and 13 fins per inch.

Heating coil shall be approximately 65 "width and 53" height. Coil shall be a minimum of 1 row and 12 fins per inch

Contractor shall prep all interior space of AHU-7 with stainless steel and epoxy coating.

Contractor shall furnish and install a new fan wall system with minimum of six fans of premium efficiency rated motors driven by a Toshiba Q9 variable frequency drive (VFD) or equivalent. The VFD shall maintain Total Static Pressure (TSP) of 1.5 to 2.5 wic. Each fan shall have a damper to insure no backflow losses are encountered during a one fan failure. The fan wall system shall N+1 rated and in the event of one fan failure; the system shall be capable of maintaining 11,500 CFM.

The fan wall array shall be composed of 2 rows by 2 columns. Each fan shall be 5 HP and 480/3/60. Each fan cell shall include acoustical sound attenuation package. Each fan cell shall have a gravity damper to close in event of fan failure to prevent backflow.

Each fan cell shall include acoustical sound attenuation package.

Contractor shall furnish and install individual circuit protection for each fan.

Contractor shall furnish and install new stainless steel electrical disconnect.

Contractor shall upgrade existing electrical breaker in motor control center MCC-E and wire to accommodate new fan wall system.

Contractor shall provide and field wire all motors to individual motor circuit protection panel. Panel will include motor status and indicating lights for each motor to notify system in the event of motor failure. An auxiliary contact will be provided and wired back to Building Management System (BMS).

Contractor to provide and install new duct static sensor.

Contractor shall furnish and install sealing for the wall inside the plenum and a level surface for the fans to sit on. Contractor shall anchor assembly per manufactures requirements.

Contractor shall furnish and install Fan Inlet airflow sensor with transmitter. Airflow measuring station shall be integrated into the BMS.

contactor shall furnish and install safety disconnect switch that will disconnect power to all fans when fan section door is opened.

Contractor to furnish and install DDC controls and seamlessly integrate with existing Johnson Controls Metasys BMS system. Contractor is to provide dynamic graphical interface for new fan wall AHU. Contractor shall include all hardware, software, programming, graphics and commissioning needed to accomplish this task.

Contractor shall perform TAB to ensure VFDs maintain correct static pressure.

All work must be completed in such a manner so as to interfere as little as possible with normal functioning of Medical Center health care activities as a whole, including but not limited to operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied, during construction, jointly by patients or medical personnel, and Contractor's personnel, except as permitted by the Contracting Officer where required by limited working space.

All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access.

Interested parties shall be required to demonstrate verification in the US Department of Veterans Affairs Vet Biz CVE Database.

The VA wishes to thank all firms interested in this project.

Link/URL: https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112R0074/listing.html

Advisor News

  • CFP Board appoints K. Dane Snowden as CEO
  • TIAA unveils ‘policy roadmap’ to boost retirement readiness
  • 2026 may bring higher volatility, slower GDP growth, experts say
  • Why affluent clients underuse advisor services and how to close the gap
  • America’s ‘confidence recession’ in retirement
More Advisor News

Annuity News

  • Insurer Offers First Fixed Indexed Annuity with Bitcoin
  • Assured Guaranty Enters Annuity Reinsurance Market
  • Ameritas: FINRA settlement precludes new lawsuit over annuity sales
  • Guaranty Income Life Marks 100th Anniversary
  • Delaware Life Insurance Company Launches Industry’s First Fixed Indexed Annuity with Bitcoin Exposure
More Annuity News

Health/Employee Benefits News

  • CATHOLIC UNIVERSITY IN ILLINOIS STILL COVERS 'ABORTION CARE' WITH CAMPUS INSURANCE
  • Major health insurer overspent health insurance funds
  • OPINION: Lawmakers should extend state assistance for health care costs
  • House Dems roll out affordability plan, take aim at Reynolds' priorities
  • Municipal healthcare costs loom as officials look to fiscal 2027 budget
More Health/Employee Benefits News

Life Insurance News

  • AM Best Downgrades Credit Ratings of A-CAP Group Members; Maintains Under Review with Negative Implications Status
  • Md. A.G. Brown: Former DC Teacher to Serve One Year in Jail for Felony Insurance Theft Scheme
  • ‘Baseless claims’: PacLife hits back at Kyle Busch in motion to dismiss suit
  • Melinda J. Wakefield
  • Pacific Life seeks to dismiss Kyle Busch's $8.5M lawsuit over insurance policies
Sponsor
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

8.25% Cap Guaranteed for the Full Term
Guaranteed cap rate for 5 & 7 years—no annual resets. Explore Oceanview CapLock FIA.

Press Releases

  • ePIC Services Company and WebPrez Announce Exclusive Strategic Relationship; Carter Wilcoxson Appointed President of WebPrez
  • Agent Review Announces Major AI & AIO Platform Enhancements for Consumer Trust and Agent Discovery
  • Prosperity Life Group® Names Industry Veteran Mark Williams VP, National Accounts
  • Salt Financial Announces Collaboration with FTSE Russell on Risk-Managed Index Solutions
  • RFP #T02425
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet