Similar Projects
Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

LED Pedestrian Countdown Signals
Term Contract
Post-Bid
Cheyenne, WY 82001

Add Lightning Protection to campus
Renovation
Post-Bid
$1,000,000 CJ est. value
Cheyenne, WY 82001

Cheyenne Streets (Yellowstone and Four Mile)
Alteration
Results
Cheyenne, Ranchettes, WY 82009

Generator Replacement
Alteration
Results
$230,000 est. value
Cheyenne, WY 82007

90 CS Premise Wiring Upgrade
Renovation
Post-Bid
$100,000 CJ est. value
Fe Warren Afb, WY 82005

LED Lighting Upgrade
Alteration
Results
$35,000 est. value
WY

As-Needs Electrician Services
Term Contract
Post-Bid
Cheyenne, WY 82001

Community Living Center Bed Lights
Renovation
Post-Bid
$100,000 CJ est. value
Cheyenne, WY 82001

Electrical Contractor Services
Term Contract
Post-Bid
Cheyenne, WY 82001

Various LED Traffic Signal lamps
Term Contract
Post-Bid
Cheyenne, WY 82001

Solar-Powered 24 hour flashing beacon
Term Contract
Post-Bid
Cheyenne, WY 82001

Traffic Signal Heads and Housings
Term Contract
Post-Bid
Cheyenne, WY 82001

Solar Array Installation and Removal
Renovation
Post-Bid
$550,000 CJ est. value
Cheyenne, WY 82001

Electrical Services at Cheyenne Wydot Complex
Term Contract
Post-Bid
Cheyenne, WY 82009

Last Updated 03/28/2023 09:08 AM
Project Title

EHRM Install FDS Servers

Physical Address View project details and contacts
City, State (County) Cheyenne, WY 82001   (Laramie County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $60,247 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jan 16, 2023 Contract Award Number: 36C25923P0281 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: X9KAZVW9BDL1 Contractor Awarded Name: FAITH ENTERPRISES INCORPORATED Contractor Awarded Address: COLORADO SPRINGS, CO 80905 Base and All Options Value (Total Contract Value): $60,247.00 IT Infrastructure Upgrades Statement of Work Prepare for Forward Deployed Servers (FDS) and Joint Security Architecture 1.0 General Information: The VA has a need for project to be located in the IT Server and Phone Room that occupy space on the first floor of the Douglas Fir Building 45. The project is to facilitate the completion of associated systems in order to facilitate a functioning system to support the Joint Security Architecture (JSA) IT equipment and Forward Deployed Services (FDS) servers from Cerner in the data center. The Project entails to install power requirements for the FDS system that will be located in the Phone Room, D1-67 and pulling fiber to connect the FDS system with the JSA system that will be located in the IT Server Room, D1078. 1.1 General Requirements: The Contractor(s) shall provide construction planning and work as necessary to successfully perform the required actions in accordance with this SOW. The contractor will be responsible for any and all permits or licensing, this includes drawings and submittals as necessary. Technical review of proposed systems shall be coordinated with the Government representative prior to purchase and installation. System testing and acceptance shall be witnessed by the Government. External Attachment files listed at the end of the document detail the project information for the contract. 1.2 Scope of Work: The Contractor shall furnish all labor, equipment, material, supervision, maintenance, and other necessary items as described below (the Services ) for The Department of Veterans Affairs (VISN 19) at the following location (Cheyenne VAMC) 2360 E. Pershing Blvd., Cheyenne, WY 82001 Services to be provided are to prepare for the delivery of the Forward Deploy Servers (FDS) and the Joint Security Architecture (JSA) equipment. Services to be provided by the Contractor shall include but is not limited to the following infrastructure improvements identified on the JSA and FDS Zone Power Distribution 1.0 pdf dated 12-04-20. Activities will include: Electrical (power (normal), installation of electrical equipment for JSA and FDS for zone power distribution, racks, cables, breakers, power distribution units, conduit, as necessary. Contractor is to provide a complete working system that has been fully tested and approved before turnover to the government for use. The system must not compromise the integrity of any of the other systems. Please refer to Attachment Baseline_EHRM FDS JSA DWG.pdf for review and tasks in Items 1.3. Here are minimum layout avenues to be followed. Tasks in Items 1.3 detail more characteristics required for each server location. Phone room, D1-76, and OIT Server Room, D1-78 are server locations have a raised electrical access floor and drop tile ceiling. Power runs from panels will be determined by contractor for layout through the raised electrical access floor with COR designating floor outlet. Fiber layout for both rack locations to be connected in Phone room, D1-76, and OIT server Room, D1-78, to be ran above ceiling between the rooms or hallway, layout to be determined by Contractor. Any changes to these minimums will need COR approval. 1.2.1 Period of Performance The period of performance for this Statement of Work will be ninety (90) days from date of award. Performance shall take place at the Cheyenne VAMC facilities. 1.2.2 Design and Implementation Plan: Prior to commencement of work, the Contractor shall provide a layout and installation plan for the project. This plan shall be subject to approval by the Government and shall be utilized by the Contractor to complete the installation. The design shall address the requirements specified in this document. Components and methods to be used in the project will be reviewed at this time. Any changes to the installation plan shall be approved by the client POC prior to the commencement of the work. Changes shall be submitted to the government showing or listing the changes to the approved design document and a cost estimate for implementing the changes. The Contractor shall not implement the changes until written approval by the Government is given. 1.3 Tasks 1.3.1 Telecommunications Room (IT), 1st Floor Room Phone Room, D1-76: 1.3.1.1 Deploy FDSS in D1-76 PBX room i. Power: Do not pull power from existing UPS. Instead, use rack mount UPS one pair per rack that will go into the FDS cabinets. (note: Engineering will require coordination with OI&T for access and space). Emergency panel: 1DPEE1 Several 3 pole breakers identified in the off position (1-3-5, 2-4-6, 25-27-29). Verify with COR to discuss with Facility Electrician pole breaker contractor identifies. Normal panel: 45B B and C are adequate physical space for a 3-phase breaker to be used Feed to a 30-amp zone PDU to FDSS Government Entity Cerner will provide two FDSS racks. If racks are not installed at this time, pull power to an outlet in the floor at location identified by COR. Rackmount 5kW UPSs should be placed in rack according to the ISTS template for Entrance Rooms (ISTS Appendix B Sheet 23 Block 3). If rack not installed by others, turnover over piece of equipment to COR. HVAC: Due to room size, provide up to five (5) grate/vent tiles as required to replace floor tiles in front of FDS server location to help with cooling. COR to locate at install. 1.3.2 Telecommunications Room (IT), 1st Floor Room Phone Room, D1-76 & 1.3.2 Telecommunications Room (IT), 1st Floor Room IT Server, D1-78: 1.3.1.2 Fiber: Required to connect FDSS and JSA between adjacent Data Center and PBX rooms; it may also need to go to main routers. 24 Strands of Fiber (JSA to FDS) will be required. JSA Servers will be deployed in existing Rack PDU s identified as APC Model AP7864 in Telecommunications Room (IT), 1st Floor Room Server Room, D1-78. If racks are not installed at time of this project, provide 75 of fiber with terminated ends. Attached pdfs depict tentative locations and rack connections. 1.3.2. Grounding Each telecommunication rooms (TR) shall have its own telecommunications ground busbar (TGB) to which equipment in that room are bonded. TGBs shall be sized according to anticipated number of bonded connections. 1.4 Installation, Inspection and Testing Requirements The Government reserves the right to inspect any/all the Contractor Wiring. Test equipment used on the project shall have been recently calibrated (within past 6 months) and calibrations shall be traceable to the National Institute of Standards and Technology (NIST). Installation shall be compliant with the BICSI standards (ANSI/NECA/BICSI 568, Standard for Installing Commercial Building Telecommunications Cabling and ANSI/TIA-1179-A Healthcare Facility Telecommunications Infrastructure for new installations). Cables shall be installed in continuous lengths from origin to destination, no splices with a 1 service loop. All new cable installation shall be tested and certified that cable meets or exceeds TIA-EIA-568-C.2. Provide the certification report to COR. All new equipment to be tested as required by most up to date National Electrical Code (NEC) 1.5 General Requirements 1.5.1 General Intention VA Campus is a non-tobacco and non-smoking campus. Contractor to park in non-patient designated lots. Visits to the site by Bidders may be made only by appointment with the Medical Center Engineering Officer. 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. Working space and space available for storing materials shall be as determined by the COR. Execute work so as to interfere as little as possible with normal functioning of the Cheyenne V.A. Medical Center as a whole, including 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 COR where required by limited working space. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. No utility service such as water, gas, steam, sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of the COR and Chief Engineer. Survey: Before any work is started, the Contractor shall make a thorough survey with the COR areas of buildings in which alterations occur and areas which are anticipated routes of access, and furnish a report, signed by both, to the Contracting Officer. PPE is governed in all areas by the nature of the work the employee is performing. For example, specific PPE required for performing work on electrical equipment is identified in NFPA 70E, Standard for Electrical Safety in the Workplace. All electrical work shall comply with NFPA 70 (NEC), NFPA 70B, NFPA 70E, 29 CFR Part 1910 Subpart J General Environmental Controls, 29 CFR Part 1910 Subpart S Electrical, and 29 CFR 1926 Subpart K in addition to other references required by contract. All qualified persons performing electrical work under this contract shall be licensed journeyman or master electricians. All apprentice electricians performing under this contract shall be deemed unqualified persons unless they are working under the immediate supervision of a licensed electrician or master electrician. 1.6 General Submittals 1.6.1 General Data ACTIVITY HAZARD ANALYSES (AHAS): AHAs are also known as Job Hazard Analyses, Job Safety Analyses, and Activity Safety Analyses. Before beginning each work activity involving a type of work presenting hazards not experienced in previous project operations or where a new work crew or sub-contractor is to perform the work, the Contractor(s) performing that work activity shall prepare an AHA (Example electronic AHA forms can be found on the US Army Corps of Engineers web site). AHAs shall define the activities being performed and identify the work sequences, the specific anticipated hazards, site conditions, equipment, materials, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level of risk. An AHA associated with infection control will be performed by VA personnel in accordance with FGI Guidelines (i.e., Infection Control Risk Assessment (ICRA)). The ICRA procedure found on the American Society for Healthcare Engineering (ASHE) website will be utilized. All risk classifications will require a permit before beginning any construction work. Infection Control permits will be issued by the COR or Government Designated Authority. The Infection Control Permits will be posted outside the appropriate construction area. More than one permit may be issued for a construction project if the work is located in separate areas requiring separate classes. SITE SAFETY AND HEALTH OFFICER (SSHO) AND COMPETENT PERSON (CP): The Prime Contractor shall designate a minimum of one SSHO at each project site that will be identified as the SSHO to administer the AHA and Contractor s safety program. Person shall have completed the OSHA 30-hour Construction Safety course within the past 5 years. Construction workers shall have the OSHA 10-hour Construction Safety Outreach course and any necessary safety training to be able to identify hazards within their work environment. Provide manufacturer literature and Operation and Maintenance manuals for relevant products installed. Provide Warranty information for products installed. Contractor to provide a One-year overall warranty of construction is required. A list for each warranted equipment item, feature of construction or system indicating: a. Name of item. b. Model and serial numbers. c. Name of manufacturers or supplier. d. Warranties and terms of warranty. Include one-year overall warranty of construction, including the starting date of warranty of construction. Items which have extended warranties must be indicated with separate warranty expiration dates. e. Summary of maintenance procedures required to continue the warranty in force if applicable. f. Cross-reference to specific pertinent Operation and Maintenance manuals. g. Organizations, names and phone numbers of persons to call for warranty service. Typical response time and repair time expected for various warranted equipment. 1.7 Attachments ISTS Appendix B Sheet 23 Block 3.pdf Baseline_EHRM FDS JSA DWG.pdf FDS Rack location estimate.pdf Existing JSA Rack location estimate.pdf Fiber Connection Layout.pdfs 2.0 Specifications Specifications documents attachments as applicable for products and general requirements: 010000 - GENERAL REQUIREMENTS 013526 - SAFETY REQUIREMENTS 078400 - FIRESTOPPING 270511 - REQUIREMENTS FOR COMMUNICATIONS INSTALLATIONS 271000 - CONTROL, COMMUNICATION AND SIGNAL WIRING *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. All questions in relation to this solicitation must be submitted in writing via e-mail to Elia-Laritza.Ruiz-Manzo@va.gov and received no later than December 5th, 2022, at 10 A.M. MT

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