Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOURCES SOUGHT

C -- RECOVERY C--RECOVERY (ADDITION) - Install Additional Generator A-wing

Notice Date
1/15/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-10-RA-0085
 
Response Due
2/16/2010
 
Archive Date
5/26/2010
 
Point of Contact
Aaron LacyContracting Officer
 
E-Mail Address
Aaron Lacy, Contracting Officer
(Aaron.Lacy@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Applicable NAICS code is 541330 size standard $4.5 million. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $500,000 and $1,000,000.Description of work to be performed includes: Project 583-10-117 "FCA Install Additional Generator A-Wing" at the Richard L. Roudebush VA Medical Center. The Architect/Engineer A/E firm shall provide all tools, equipment, material, labor and supervision necessary to accomplish, prepare, and furnish design drawings, specifications, construction documents, and detailed cost estimates for the following: The scope of this project is to add a third standby generator to the existing ASCO/Delta paralleling switchgear and modify the gear to provide additional annunciation and control of the existing transfer switches and future loads. Third Generator - Provide a new diesel generator rated 1250kVA at 480VAC 60 Hz complete with remote radiator. This unit to be complete with the latest digital engine control package to provide alarm and annunciation for NFPA 110 and include pre alarms for High Water Temperature, Low Oil Pressure and Low Water Temperature. Remote Radiator - Provide a new horizontal flow dual circuit radiator with integral surge tanks to provide proper cooling of the engine water jacket and aftercooler. Day Tank / Main Tank and Fuel Pumping System - Provide a new dual wall day tank with two solenoid valves in the supply line. One normally closed for supply control with the second valve normally open for safety shutdown if over filling occurs. Paralleling Gear - Provide a new engine cubicle to integrate fully with the existing ASCO/Delta switchgear. This engine cubicle shall have annunciation and controls that duplicate all the existing functions and alarms and recordings the present engine cubicles do and include the ability to communicate with the building automation all the engine functions and alarms. In addition to the new engine cubicle the master section shall be modified to include a new touch screen display which will annunciate system status with a one line display of the paralleling gear showing each engine and the status of that engine / circuit breaker. The design completion period is 105 calendar days from receipt of the Notice to Proceed. Prospective firms are urged to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1. Professional qualifications necessary for satisfactory performance of required services ; 2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials The A/E design firm shall provide evidence of prior experience as well as provide referenced projects of similar size, scope, and design regarding the type of work mentioned above; 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations; 4. Past record of performance on contracts with the Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located (Geographical area is 300 driving mile radius of Indianapolis, IN); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The NAICS Code for this procurement is 541330 Engineering Services. The designated geographic area of consideration for this procurement is restricted to firms located within a 300 driving mile radius of the Indianapolis, IN. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Qualified SDVOSB firms are required to submit: 2 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. (Local Time), February 16, 2010. Outer envelope or packaging shall clearly indentify Solicitation number. Information can also be hand carried or submitted via commercial delivery service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222. Submission information incorporated by reference is not allowed. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (Aaron.Lacy@va.gov), telephone inquires will not be honored. No faxed or emailed forms will be accepted. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with required registration in the Central Contractor Registration (CCR) database prior to award of a contract (FAR 4.11). SDVOSBs must also register in the VetBiz registry at http://www.vetbiz.gov. After the evaluation of SF330 submissions in accordance with the evaluation criteria above, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The firm fixed price A/E contract is anticipated to be awarded in March/April 2010. The Government will not pay nor reimburse any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-10-RA-0085/listing.html)
 
Place of Performance
Address: Richard L Roudebush VA Medical Center;1481 W. 10th Street;Indianapolis, IN
Zip Code: 46202
 
Record
SN02043743-W 20100117/100115235714-b1afe66e5cf4e55235a46e320dee279e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.