VA261-17-B-0655

Table of Contents

PART I - THE SCHEDULE

SECTION A - SOLICITATION/CONTRACT FORM

SF 1442 SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

[For this Solicitation, there are NO clauses in this Section]

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK

SECTION D - PACKAGING AND MARKING

SECTION E - INSPECTION AND ACCEPTANCE

E.1 VAAR 852.236-74 INSPECTION OF CONSTRUCTION (JUL 2002)

E.2 VAAR 852.236-91 SPECIAL NOTES (JUL 2002)

E.3 VAAR 852.246-74 SPECIAL WARRANTIES (JAN 2008)

E.4 VAAR 852.246-75 WARRANTY FOR CONSTRUCTION--GUARANTEE PERIOD SERVICES (JAN 2008)

SECTION F - DELIVERIES OR PERFORMANCE

F.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999)

F.2 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) ALTERNATE I (APR 1984)

F.3 52.211-12 LIQUIDATED DAMAGES—CONSTRUCTION (SEPT 2000)

F.4 52.242-13 BANKRUPTCY (JUL 1995)

F.5 52.242-14 SUSPENSION OF WORK (APR 1984)

F.6 VAAR 852.236-84 SCHEDULE OF WORK PROGRESS (NOV 1984)

F.7 VAAR 852.236-87 ACCIDENT PREVENTION (SEP 1993)

SECTION G - CONTRACT ADMINISTRATION DATA

[For this Solicitation, there are NO clauses in this Section]

SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1 IT CONTRACT SECURITY

PART II - CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES

I.1 52.203-14 DISPLAY OF HOTLINE POSTER(S)(OCT 2015)

I.2 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016)

I.3 52.209-11REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)

I.4 52.219-28POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

I.5 52.225-9BUY AMERICAN—CONSTRUCTION MATERIALS (MAY 2014)

I.6 52.236-4 PHYSICAL DATA (APR 1984)

I.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

I.8 VAAR 852.203-70COMMERCIAL ADVERTISING (JAN 2008)

I.9 VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992)

I.10 VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008)

I.11 VAAR 852.211-74 LIQUIDATED DAMAGES (JAN 2008)

I.12 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE(JUN 2011)

I.13 VAAR 852.228-70 BOND PREMIUM ADJUSTMENT (JAN 2008)

I.14 VAAR 852.228-72 ASSISTING SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESSES IN OBTAINING BONDS (DEC 2009)

I.15 VAAR852.232-72ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)

I.16 VAAR 852.236-71 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (JUL 2002)

I.17 VAAR 852.236-76 CORRESPONDENCE (APR 1984)

I.18 VAAR 852.236-77REFERENCE TO "STANDARDS" (JUL 2002)

I.19 VAAR 852.236-78GOVERNMENT SUPERVISION (APR 1984)

I.20 VAAR 852.236-79DAILY REPORT OF WORKERS AND MATERIAL (APR 1984)

I.21 VAAR 852.236-80 SUBCONTRACTS AND WORK COORDINATION (APR 1984) ALTERNATE I (JUL 2002)

I.22 VAAR 852.236-82 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (WITHOUT NAS) (APR 1984)

I.23 VAAR 852.236-85SUPPLEMENTARY LABOR STANDARDS PROVISIONS (APR 1984)

I.24 VAAR 852.236-86 WORKER'S COMPENSATION (JAN 2008)

I.25 VAAR 852.236-88 CONTRACT CHANGES--SUPPLEMENT (JUL 2002)

I.26 VAAR 852.236-89BUY AMERICAN ACT (JAN 2008)

I.27 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)

I.28 SUPPLEMENTAL INSURANCE REQUIREMENTS

I.29MANDATORY WRITTEN DISCLOSURES

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

SECTION J - LIST OF ATTACHMENTS

PART IV - REPRESENTATIONS AND INSTRUCTIONS

SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

K.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS(JAN 2017)

K.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS(JUL 2013)

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

L.1 52.216-1TYPE OF CONTRACT (APR 1984)

L.2 52.228-1 BID GUARANTEE (SEP 1996)

L.352.222-23NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999)

L.4 52.222-58SUBCONTRACTOR RESPONSIBILITY MATTERS REGARDING COMPLIANCE WITH LABOR LAWS (EXECUTIVE ORDER 13673)(DEC 2016)

L.5 52.222-59COMPLIANCE WITH LABOR LAWS (EXECUTIVE ORDER 13673)(DEC 2016)

L.6 52.233-2 SERVICE OF PROTEST (SEP 2006)

L.7 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995)

L.8 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

L.9 VAAR 852.214-70 CAUTION TO BIDDERS--BID ENVELOPES (JAN 2008)

L.10 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008)

L.11 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)

L.12 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008)

SECTION M - EVALUATION FACTORS FOR AWARD

[For this Solicitation, there are NO provisions in this Section]

Page 1 of 88

VA261-17-B-0655Section B

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

FOR BASE BID ITEM, INSERT TOTAL PROJECT BID

FOR DEDUCTIVE ALTERNATE NO. 1, INSERT REVISED TOTAL PROJECT BID AFTER DEDUCTIONS ARE SUBTRACTED FROM AMOUNT OF BASE BID ITEM.

DO NOT INSERT AMOUNT OF DEDUCTION!

EXAMPLE: CONTRACTOR’S TOTAL BID FOR BASE BID ITEM IS $250,000.00. INSERT THIS AMOUNT FOR BASE BID ITEM. CONTRACTOR DETERMINES THAT DEDUCTION FOR DEDUCTIVE ALTERNATE NO. 1 IS $50,000.00. INSERT $200,000.00 ($250,000.00 BASE BID ITEM MINUS $50,000.00 DECREASE FOR DEDUCTIVE ALTERNATE NO. 1) FOR DEDUCTIVE ALTERNATE NO. 1.

DO NOT INSERT $50,000.00 OR –$50,000.00 AS AMOUNT FOR DEDUCTIVE ALTERNATE NO. 1.

SEE FOLLOWING SAMPLES BASED ON THE ABOVE EXAMPLE:

BASE BID ITEM:$250,000.00

DEDUCTIVE ALTERNATE NO. 1:$200,000.00

BASE BID ITEM:$250,000.00

DEDUCTIVE ALTERNATE NO. 1:$ 50,000.00

BASE BID ITEM:$250,000.00

DEDUCTIVE ALTERNATE NO. 1: -$ 50,000.000

Statement of Bid Items

BID SCHEDULE FOR PROJECT 640-15-158

BASE BID ITEM #1 - Complete Project 640-15-158 per specifications and drawings shall be submitted to include Item I, Item II, and Item III of specification 01 00 00 section 1.3.A.

1JOB$______

(Deductive Alternate No. 1: Secondary Temporary Connection to Generator): Same as BASE BID ITEM #1 except delete the following work:

Contractor shall include an alternative bid deduct to a secondary temporary connection for a portable generator, located outside the building including cables indicated on the single line drawing E-602, remove 8 sets of (4) #500 kcmil and one 400 kcmil with cam-lock type connectors, the 3000 amp breaker in the paralleling switchgear, and a 50 Amp 3-pole breaker and outlet for the generator block heater indicated on drawing E-102, circuits 19 and 21. Conduits shall remain in base bid.

1JOB$______

(Deductive Alternate No. 2: Delete Pavement): Same as Deductive Alternate No. 1 except delete the following work:

Contractor shall include an alternative bid deduct to delete the pavement for the existing and new roadway for the fuel tank fuel truck as indicated on the civil drawings CP101 “vehicular hot mix asphalt” and drawing CP502, detail 1 “new AC pavement”. New AB section shall remain in the base bid.

1JOB $______

NOTE: Award will be made on the Base Bid Item, but if the bids exceed the funds available, award will be made on Deductive Alternate Bid Items 1 or 2 in that order of priority. Offerors must submit a bid for all items to be considered for award.

SOLICITATION: VA261-17-B-0655

PROJECT: 640-15-158

BLDG 100 & 101 EMERGENCY POWER

PROVIDE COMPLETE DIVISIONAL COST BREAK-OUT ONLY FOR COMPLETE PROJECT, BID ITEM #1. DO NOT PROVIDE DIVISIONAL COST BREAK-OUT FOR ANY OF THE ALTERNATE BID ITEMS.

REF / DESCRIPTION / TOTAL
01000 / DIVISION 1 – GENERAL REQUIREMENTS / $
02000 / DIVISION 2 – SITEWORK GENERAL / $
03000 / DIVISION 3 – CONCRETE / $
05000 / DIVISION 5 – METAL / $
07000 / DIVISION 7 – THERMAL & MOISTURE PROTECTION / $
08000 / DIVISION 8 – DOORS & WINDOWS/LOUVERS / $
09000 / DIVISION 9 – FINISHES / $
10000 / DIVISION 10 – SPECIALTIES/DIESEL FUEL EQUIPMENT AND PIPING / $
15000 / DIVISION 15 – MECHANICAL / $
16000 / DIVISION 16 – ELECTRICAL / $
OTHER / SECURITY & DATA / $
OTHER / $
OTHER / $
OTHER / $
SUB TOTAL / $
BONDS AND INSURANCE / $
OVERHEAD / $
PROFIT / $
TOTAL BID, ITEM #1 / $

*Total bid amount to be recorded as Base Bid.

*This document is to be used only for price analysis per FAR 14.408-2

[For this Solicitation, there are NO clauses in this Section]

Page 1 of 88

VA261-17-B-0655Section C

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK

Page 1 of 88

VA261-17-B-0655Section C

STATEMENT OF WORK

NRM PROJECT: 640-15-15

EXECUTIVE SUMMARY:

The existing emergency power generator system in Building 103 located at the VA Palo Alto campus does not have the adequate power capacity to support the existing and planned emergency power loads for Buildings 100, 101, and 102. The existing paralleling generator system consists of five (5) 600kW, 480V emergency generators with an N+1 configuration to provide redundancy. However, due to the lack of sufficient generator capacity, all five (5) generators are required to support the current emergency power loads, therefore, eliminating the N+1 redundancy requirement.

This project is comprised of two primary objectives: (1) to provide additional emergency power capacity by augmenting the existing generator system via installing additional generators and fuel storage systems adjacent to Building 103, and (2) to provide future expansion capacity for normal and emergency power distribution in Building 100 by way of a new main electrical room, ME-3.

SCOPE OF WORK (SOW):

The contractor shall provide all the necessary labor, tools, equipment, and supervision to perform the requirements of “Project #640-15-158, PAD Buildings 100/101 Emergency Power Upgrade.” The contractor shall provide all demolition, labor, materials, tools, equipment, and specialty services to complete all work according to the drawings and specifications.

The contractor shall provide all the demolition and construction services for the procurement and installation of the new generator system, fuel storage system, and all associated mechanical, electrical, and plumbing work as required by the drawings and specifications.

  1. Generator System

The contractor shall provide all labor, materials, tools, and equipment to furnish and install a new paralleling generator system according to drawings and specifications. The new generator system shall consist of three (3) 480 Volt (V), 1500kW diesel generators that will feed into a new 3000 Amp (A) paralleling switchboard. The contractor shall be required to furnish and install all new breakers on the new paralleling switchboard, sized as shown on the drawings.

The paralleling switchboard shall feed the existing emergency distribution board in main electrical room, ME-2, and a new 3000A emergency distribution board located in the new main electrical room, ME-3. The contractor shall be required to furnish and install all new breakers on the new emergency distribution board in ME-3, sized as shown on the drawings.

In order to free up capacity on the existing Building 103 generator system, the emergency loads in ME-2 and the loads coming off of existing automatic transfer switch (ATS) QATS1001E will be fed from this new generator system.

The contractor shall be responsible for all power and controls for the generators and all of its mechanical and electrical components and equipment. The contractor shall be responsible for all fuel piping connections for the generators. This includes the piping from the 20,000 gallon fuel tank to the generator day tanks and to the generator sets themselves. The contractor shall be responsible for all electrical connections and terminations from the generator to the new 3000A paralleling switchboard (generator terminal strips, conductors, bus ducts, landings, etc.). The contractor shall be responsible for all the mechanical piping from the generator to the radiator. The contractor shall provide the battery charger panel, battery bank and all parts including the jumpers and cables. The contractor shall make all the necessary connections between the battery banks and the generators. The contractor shall provide all the necessary power and controls to the day tanks to provide fully functional fuel systems.

The contractor shall provide the required amount of coolant and all other fluids necessary for the generators to operate and function properly.

The contractor shall be responsible for all testing and commissioning of the new generators according to the drawings and specifications. The COR or designated representative will be witness to testing performed by the General Contractor (GC) in addition to the designated Commissioning Authority. The GC shall coordinate all testing and commissioning activities with the COR and the COR will coordinate with the AE as required per specifications.

The contractor shall provide all the necessary labor, materials, tools, equipment, testing and commissioning, and specialty services to expand and integrate the existing Building 103 Supervisory Control and Data Acquisition (SCADA) system into the new paralleling generator system. The contractor shall re-program and commission the load-shed, load-add scheme and primary logic controller (PLC) in Building 103 to include the new paralleling switchboard and new generator system and the emergency loads it will be supporting. This programming shall adhere to priorities as identified by the VA engineering service, and shall fully integrate modifications into the emergency branch distribution systems for complete and usable systems. The contractor shall re-use and add program logic controllers as necessary to integrate the new generator system into the existing Building 103 SCADA system. After integration is complete, testing, re-programming, and re-commissioning of the entire SCADA system will be required to incorporate the re-balancing of the emergency loads (i.e. ATS loads) between the existing Building 103 generator system and the new generator system. The existing system utilizes programming code by Eaton Corporation.

The contractor shall provide all labor, materials, tools, and equipment to install two (2) 480V, 800A ATSs as required by drawings and specifications. Each ATS shall be: 4-pole, open transition, switched neutral, and with isolation bypass. Each ATS shall be equipped with accessories required for load-shed, load-add function programming and shall be equipped with a Power Manager. The contractor shall be responsible for providing, installing, and terminating all control signals and communications wiring between the VA network (for communications), ATSs, paralleling switchboard, and generators for a fully functional SCADA system as described above. The contractor shall fully test and commission the new ATSs.

  1. Normal Power Substation

The contractor shall provide all labor, materials, tools, and equipment to install a new normal power substation that will be located in ME-3 according to the drawings and specifications. The substation shall consist of a12kV switchgear, a 2500kVA 12kV-480V step-down transformer, and a 480V, 3000A distribution switchboard. The 12kV switchgear shall be fed by Feeder-2 and Feeder-6 from the South Substation and shall be able to switch between either feeder for 12kV service. The contractor shall be required to furnish and install all new breakers on the 480V distribution switchboard, sized as shown on the drawings.

  1. Diesel Fuel System

The contractor shall provide all demolition, labor, materials, tools, equipment, and specialty services to construct and install a new diesel fuel system with a 20,000 gallon above-ground fuel tank and perform all of the associated electrical, mechanical, and piping work according to drawings and specifications. The contractor shall be responsible for all tests and commissioning of the fuel tank system.

The contractor shall provide all the demolition, labor, materials, tools, and equipment to perform all the underground utility work in support of the installation of the new above-ground fuel tank and fuel fill station as required on the drawings and specifications. This shall include the relocation and re-connection of any underground utilities and storm drain manholes.

The contractor shall be responsible for providing and installing all wiring (conduit and wires), software, and programming for the Master Control Panel to and from all fuel equipment (day tanks, 20,000 gallon fuel tank, fuel fill station) and its associated parts according to the drawings and specifications.

  1. Generator Building Structure and Main Electrical Room, ME-3

The contractor shall provide all the demolition, labor, materials, tools, and equipment to construct a new generator building structure and a new main electrical room, ME-3, according to drawings and specifications.

The generator building structure shall house the three (3) new generators and ME-3 shall house the new paralleling switchboard, emergency power distribution board, ATSs, and normal power substation. The normal power substation shall be physically separated from all the other equipment in ME-3 as shown on the drawings.

The contractor shall provide all the demolition, labor, materials, tools, and equipment to perform all the underground utility work in support of the construction of the new generator building and ME-3 structures as required on the drawings and specifications. This shall include the relocation and re-connection of any underground utilities and storm drain manholes.

The contractor shall be responsible for all of the associated structural, civil, electrical, mechanical, and plumbing work required to construct the new generator building and ME-3 structures.

  1. Service Road

The contractor shall provide all the demolition, labor, materials, tools, and equipment to construct a new service road according to the drawings and specifications. The service road shall service both the existing generator system in Building 103 and the new generator system. At the entrance into the service road from Loop Road, the contractor shall install a vehicle lift gate. The vehicle lift gate shall be card key activated.
The contractor shall provide all the demolition, labor, materials, tools, and equipment to perform all the underground utility work in support of the construction of the service road as required on the drawings and specifications. This shall include the relocation and re-connection of any underground utilities and storm drain manholes and the installation of storm drain inlets.

The contractor shall provide all the demolition, labor, materials, tools, and equipment to construct sidewalks, curbs, curb cuts, gutters, and adjacent landscaping as shown on the drawings and specifications.

The contractor shall be responsible for all of the associated civil and plumbing work required to construct the new service road.

  1. General

-The contractor is responsible for furnishing and installing all equipment listed in the drawings and specifications.

-Utility shutdown notices shall be provided to the VA thirty-five (35) days prior to the desired shutdown date.

  • Utility shutdowns include any disabling of the emergency power and controls service to the ATSs though normal power service is still available to serve the ATS loads.

-Utility shutdowns shall occur during off-hours and weekends.

-The contractor shall submit to the COR all materials, parts, and equipment for approval. Review of submittals and re-submittals will require two (2) weeks for review.

-The contractor shall provide training for all electrical and mechanical equipment and for the fuel tank system.

PROJECT CONSTRUCTION SCHEDULE:

Construction services for this project shall be completed within 365 calendar days from “Notice toProceed” (NTP).

VA TEAM:
Contractor will work with the following VA personnel managing this Project:

  1. Contracting Officer (CO):

The CO shall be responsible for the contractual administration of this Project. All transactions of a legal nature, including contractual agreements, amendments, change orders, etc. shall be approved and processed through the CO.