Similar Projects
Residential Resurfacing: Area bound by N Santa Fe Ave, N Kelley Ave, NW 50th St and NW 36th St - City of Oklahoma City
Infrastructure
Conception
$2,772,500 est. value
Oklahoma City, OK

Arterial Resurfacing: N May Avenue from NW 63rd St to W Wilshire Boulevard - City of Oklahoma City
Infrastructure
Conception
$1,335,000 est. value
Oklahoma City, OK 73195

Multiple Award Electrical IDIQ Construction effort
Term Contract
Sub-Bidding
$1,000,000 CJ est. value
Oklahoma City, OK 73169

Generator Maintenance and On-Call
Term Contract
Sub-Bidding
$62,000 CJ est. value
Oklahoma City, OK 73102

GNAS Mechanical and Lighting Upgrades
Term Contract
Post-Bid
$1,000,000 to $5,000,000 est. value

Orvis Risner Elementary Interior Renovation (Bid Package No. 2 - Electrical)
Alteration
Post-Bid
$125,000 est. value
Edmond, OK

RTU Generator Connections-MBCC
Alteration
Results
$180,000 est. value
Oklahoma City, OK

Juvenile Bureau Generator
Alteration
Results
Oklahoma City, OK 73118

Electrical and Street Lighting Maintenance and Repairs
Term Contract
Sub-Bidding
$300,000 CJ est. value
Oklahoma City, OK 73102

MMAC: PV System Installation Quesada Dr. West
Term Contract
Post-Bid
$3,000,000 to $6,000,000 est. value
Oklahoma City, OK 73169

Edmond North HS Siberian Gym Phase I (Electrical Bids Only)
Alteration
Results
$200,000 est. value
Edmond, OK 73003

Uninterruptible Power Supply (UPS) Systems and Related Equipment
Term Contract
Post-Bid
$100,000 est. value
Oklahoma City, OK

Generator Maintenance and Repairs
Renovation
Results
$18,500 CJ est. value
Oklahoma City, OK 73109

Extruded Panels
Alteration
Post-Bid
Oklahoma City, OK 73131

EMBARK Transit Center Lighting Renovations
Renovation
Results
$204,500 CJ est. value
Oklahoma City, OK 73102

Last Updated 07/25/2023 08:42 AM
Project Title

Replace Automatic Transfer Switches

Physical Address View project details and contacts
City, State (County) Oklahoma City, OK 73104   (Oklahoma County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 04/05/23
Owner View project details and contacts
Architect View project details and contacts
Description

Statement of Work (SOW) for Professional Services Oklahoma City Department of Veterans Affairs Medical Center 921 NE 13th St Oklahoma City, Oklahoma 73104 Project Title: Replace Automatic Transfer Switches VA Project Number: 635-21-121 INTRODUCTION The Department of Veterans Affairs, Veterans Health Administration (VHA), hereafter referred to as the VA , VAMC , or the Government , has a requirement to replace ten (10) automatic transfer switches (ATS), hereafter referred to as the Project at the VA Medical Center (VAMC) in Oklahoma City, Oklahoma. The team responsible for the construction will hereafter be referred to as the Contractor. These components are beyond service years and will be replaced according to the design. Â SCOPE OF WORK The Oklahoma City VA Healthcare System requires the services of a Licensed Electrical Contractor to replace ten existing Automatic Transfer Switch (ATS) supporting the backup power system according to the attached drawings and specifications. The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work. Site Investigation is highly recommended for this project to ensure accuracy of scope. This is intended to limit unforeseen site conditions not indicated on the drawings. Background and Facility Existing Site Conditions Nine ATS are located in substation 3 and the other ATS is an elevator room. All ten ATS are obsolete and replacement parts are not available. In order to ensure emergency power operations, these units require replacement. Tasks and Requirements General Contractor Requirements General Contractor shall provide a certified Construction/Project Manager for this requirement to oversee and provide Quality Control during the construction period. Contractor will provide all materials and labor to perform the work outlined in the draws and/or specs. Submittals must be reviewed and approved by the VA prior to the start of work. All damage to any VA property to be repaired/replaced by the contractor. Contractor shall be responsible for all construction debris removal. The contractor shall provide their own dumpster as needed. Work schedule will be coordinated to ensure the least patient impact and disruptions to the facility. Post Construction Quality Validation Warranty of Construction, the Contractor is to provide a one (1) year warranty period, from the date of final acceptance of the work, covering defects related to all work performed and any materials/equipment included in the project. The areas adjacent to the proposed addition shall be continuously occupied by the OKC VAMC. The Contractor shall implement phasing to ensure that the construction will not impact or impede the VAMC s mission to care to the Veterans. General Requirements: The contractor must perform to the standards in this contract. This project shall take no longer than 90 calendar days from the notice to proceed. Any request to utility shutdowns must be requested in writing at a minimum of 2 weeks prior to the requested day of shutdown. The objective of this project is to remove automatic transfer switches (ATS) and install a direct replacement. The contractor shall provide operation and maintenance instructions, and manufacturer documentation at the completion of the project. Manufacturer documentation and maintenance schedule to be provided in close out documents. The contractor shall provide all tools, equipment, and personal protective equipment necessary to complete the project as deemed by industry standards, this SOW, all related specifications, applicable code requirements, and site policy. The contractor shall provide daily cleanup and securing of work site, including securing tools and equipment. Disposal of all waste and debris is at the contractor s own expense. The contractor shall provide quality control of all work conducted and the individual appointed shall be competent and educated/experienced in the field of work this scope encompasses. Codes and Standards: The Contractor shall follow all applicable codes and standards to this type of work including but not limited to Health Care System Memorandums (HCSM), OSHA Guidelines, NFPA 101, NFPA 70, Lock-out-Tag-out, and Rules of Station. The contractor will perform all the following visual & mechanical inspections: Compare equipment nameplate data with drawings and specifications. Inspect physical and mechanical condition. Inspect anchorage, alignment, grounding, and required clearances. Verify the unit is clean. Verify appropriate lubrication on moving current-carrying parts and on moving and sliding surfaces. Verify that manual transfer warnings are attached and visible. Verify tightness of all control connections. Inspect bolted electrical connections for high resistance using one or more of the following methods: Use of low-resistance ohmmeter. Verify tightness of accessible bolted electrical connections by calibrated torque- wrench method. Perform thermographic survey. Perform manual transfer operation. Verify positive mechanical interlocking between normal and alternate sources. CODES, STANDARDS AND EXECUTIVE ORDERS VA has adopted the latest edition of the following codes and standards as a minimum for all projects performed in the modernization, alteration, addition, or improvement of its real property and the construction of new structures. VA design Manuals and Master Specifications specify other codes and standards that VA follows on its projects: VA Directives, Design Manuals, Master Specifications, VA National CAD Standard Application Guide, and other Guidance on the Technical Information Library (TIL) (http://www.cfm.va.gov/til/). PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures VA Directive 0055, VA Energy and Water Management Program NFPA 101 Life Safety Code NFPA National Fire Codes International Building Code (IBC) and all other International Code Series (IPC, IMC, IECC, IFGC, etc.) when applicable or referenced in VA Design documents/ guides. Occupational, Safety and Health Administration (OSHA) Standards. National Electrical Code (NEC) Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1. Federal Legal Holidays: The following Federal legal holidays are observed by this facility: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in November Veteran s Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Contractor shall provide all necessary labor, materials, equipment and supervision to complete all required project work in accordance with the provided SOW, Specifications and Drawings. The project is located at the Oklahoma City VAMC VA Medical Center, 921 NE 13th St., Oklahoma City, OK 73104 Project Name: Replace Automatic Transfer Switches, Project Number 635-21-121. This is a competitive requirement set aside 100% for a Service Disable Veteran Owned Small Business (SDVOSB). Magnitude of Construction: $500,000 to $1,000,000 The NAICS code for this project is 238210 with a size standard of $19M. A pre-bid site visit will be held on June 23, 2023, at 8:00 AM MT. All interested contractors shall meet at the following location: North Entrance, 921 NE 13th, OKC 73104. Cut off for submission of RFIs/Questions shall be by COB Friday, June 28, 2023. All RFIs/Questions must be emailed to joseph.wingfield@va.gov. Please include Solicitation number 36C25923R0065 in the subject line. All bidders must submit a bid guarantee as part of their bid package. Additionally, the Awardee must be able to obtain the necessary level of Performance and Payment Bonds. Submission of bids: All bids shall be submitted via email to: joseph.wingfield@va.gov by the date and time stated in Block 13a below. Please include the solicitation number 36C25923R0065 in the subject line. In accordance with P.L. 116-283, this acquisition is 100% set-aside for Service-Disabled Veteran Owned Small Business Concerns. See VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Business For information in regard to requirements in order to be considered. Offerors must be both VISIBLE and VERIFIED by The Small Business Administration (SBA) prior to proposal receipt. Failure to be both VERIFIED, and VISIBLE by the SBA Prior to contract award will result in the offerors proposal being deemed non-compliant. ALL offerors are urged to Contact the SBA and submit the aforementioned required documents to obtain SBA (VetCert) verification of their SDVOSB Status if they have not already done so. 10 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents