Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

C -- AE Repl Transformers and Switchgear

Notice Date
2/29/2008
 
Notice Type
Solicitation Notice
 
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-251-08-RP-0126
 
Response Due
4/3/2008
 
Archive Date
7/2/2008
 
Point of Contact
Aaron Lacy aaron.lacy@va.gov Deborah Barker deborah.barker@va.gov
 
E-Mail Address
Email your questions to deborah.barker@va.gov
(AARON.LACY@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
AUTHORIZATION TO PROCEED WITH CONTRACTING OF THIS PROJECT IS SUBJECT TO THE AVAILABILITY OF FUNDS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. NO AWARD WILL BE MADE FOR THIS PROJECT UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. This acquisition is set aside for service disabled veteran owned small business (SDVOSB) and is restricted to firms located within a 150 mile radius of the Indianapolis, Indiana VA Medical Center 46202. The Department of Veterans Affairs, Indianapolis Medical Center, located at 1481 W. 10th St., Indianapolis, Indiana is seeking the services of a qualified Architectural Engineering (A/E) firm to provide all labor, material, equipment and expert supervision necessary to accomplish the following: Replace one 13.2 KV - 480/277 VAC transformer and related switchgear in "C" West Wing - This work shall include the replacement of the 15 KV selector/load interrupter switch, substation transformer, main and all associated feeder circuit breakers. Replace 480/277 VAC normal and emergency switchgear in "C" west wing. This work shall include the replacement of the bus duct from the transformer and the main, and all associated feeder circuit breakers in addition to the above normal switchgear replacement of the existing emergency 480 VAC panel board. Existing transfer switch shall not be replaced. Provide SCADA system complete with digital metering integrated to central control point providing annunciation and control remotely with complete power metering capable of data logging of all power parameters over user selectable time. The above switchgear arrangements shall be supplied with a minimum of four spare 800AF/T circuit breakers in addition to those circuits currently being used. Design shall give preference to field serviceable equipment (EODO or DO). A/E design firm shall provide evidence of prior experience as well as provide reference projects of similar size, scope, and design regarding the type of work mentioned above. A/E firm shall be capable of providing short circuit analysis and associated type electrical coordination studies. Existing electrical coordination study information will be made available by VA. This information will be required to be reviewed by A/E firm as part of each electrical upgrade project. A/E firm shall be responsible for site review of the existing facility in order to validate owner's existing documents and drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. A/E firm shall provide a complete set of bid documents, including design drawings, specifications, and a detailed cost estimate, which shall include information to provide temporary power during all switchgear and engine/generator replacements. This work shall be performed while the facility continues to operate and all efforts to maintain power feeds that are currently arranged as normal or emergency shall be provided with an appropriate electrical power feed or feeds. A/E firm shall provide a 50% and a 95% review submission. Each submission shall contain design drawings, specifications, and a cost estimate for VA review and approval. A/E firm shall provide all drawings in AutoCAD 2006 format and shall meet all VA design criteria. A/E shall provide all final drawings, specifications, and cost estimates on a CD at each submission. A/E firm selected for negotiation of the contract shall include a preliminary timeline with their fee proposal which shall establish the following dates for each project: preliminary plan review date, final plan review date, bid documents completion date, and bid advertisement date. In addition, A/E firm shall provide a preliminary construction schedule which shall include a timeline for projected outages highlighting the facility interruption time frame of each area. This information shall be communicated to all bidders for their review and inclusion within their bids. It shall be communicated within the bid documents that the contractor will be required to review and provide any concerns regarding the projected construction timeline in order to minimize any/all disruptions to the facility. A/E firm shall furnish a list of potential bidders who have demonstrated experience with this type of work. Interested firms are required to submit: Standard Form (SF) 330 (2 copies), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Deborah Barker (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 3:00 p.m. (Local Time), March 31, 2008. Selection criteria (not necessary listed in order of importance) includes: team proposed for this project, proposed management plan (team organization), previous experience of proposed team, location and facilities of working offices, proposed design approach (design philosophy/anticipated problems and solutions), project control (techniques planned to control the schedule & costs and responsible personnel), estimating effectiveness (10 most recently bid projects), sustainable design (team design philosophy and method of implementing), miscellaneous experience and capabilities (interior design, CADD, value engineering and life cycle cost analyses, environmental considerations, energy conservations and new energy resources, and fast track construction), awards received for design excellence, type and amount of liability insurance carried and litigation involvement over the last 5 years and its outcome. This acquisition is set aside for service disabled veteran owned small business (SDVOSB). The estimated construction range is between $250,000 and $500,000. NAICS Code 541330, Engineering Services, Size Standard of $4.5 million is applicable to this acquisition. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL AND A SOLICITATION DOCUMENT DOES NOT EXIST. AWARD IS CONTINGENT UPON THE AVAILABILITY OF FUNDS. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form.
 
Place of Performance
Address: VAMC;1481 W. 10TH STREET;INDIANAPOLIS, IN
Zip Code: 46202
Country: UNITED STATES
 
Record
SN01520707-W 20080302/080229224157 (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  © 1994-2020, Loren Data Corp.