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 Replace Bldg 23 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-0115
 
Response Due
3/31/2008
 
Archive Date
6/29/2008
 
Point of Contact
Aaron Lacy 317-988-1848 aaron.lacy@va.gov
 
E-Mail Address
Email your questions to aaron.lacy@va.gov
(AARON LACY, INTERN CONTRACTING OFFICER)
 
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: Replacement of Building 23 switchgear. This equipment provides for the main 15 kV electrical feeds from the IUPUI campus to the VA Medical Center. This work shall include all components necessary to replace the existing Main-Tie-Main and feeder circuit breakers currently serving all loads. Contractor shall include one spare on each side of the switchgear. The switchgear shall be complete with all controls and components to allow for closed transition controls (i.e. make before break transfers) in order to provide return to normal feed position with no interruption of service following an outage or to allow maintenance of mains with no loss of power to feeder circuits. Include automatic transfer regarding loss of power to either feeder. Project shall also include all protection relays, CT's, PT's, station batteries, and any other equipment necessary to provide a complete switchgear arrangement to feed all current and future loads. Provide SCADA system complete with digital metering integrated to a central control point providing annunciation and control remotely with complete power metering capable of data logging of all power parameters over user selectable time. This shall be integrated with all meters and the existing Metasys monitoring system. Provide building with complete environmental control to maintain equipment in a low humidity (approximately 40%-70%) environment, between 65??F and 95??F. A structure designed for long term maintenance and repairs to all portions of the switchgear shall be provided as part of this project. Building shall provide for the proper security from weather and vandal intrusion. Building shall have emergency lighting integrated into the interior and exterior to allow operation of the switchgear during power outages. As part of this project all 15 kV feeder cables shall be replaced. All manholes shall be upgraded to provide proper cable supports and protection of all cables from fire exposure. Manholes shall be provided with permanent drains and/or pumps where necessary. Design shall give preference to field serviceable equipment and electrically operated draw out circuit breakers (EODO circuit breakers). Use of building integrated solar photovoltaic charging shall be considered in the battery charging and lighting systems for this building. Existing metering to the IUPUI campus shall be integrated into the new switchgear. Sub-metering shall be included for all feeds as a bid alternate. Design Time Completion: 60 calendar days. 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. 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 & life cycle cost analyses, environmental considerations, energy conservations & 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 & its outcome. This acquisition is set aside for service disabled veteran owned small business (SDVOSB). The estimated construction range is between $1,000,000 and $5,000,000. 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.
 
Web Link
deborah.barker@va.gov
(http://www2.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA%2D251%2D08%2DRP%2D0115/Deborah Barker, Lead Contract Specialists)
 
Place of Performance
Address: VAMC;1481 W. 10TH STREET;INDIANAPOLIS, INDIANA
Zip Code: 46202
Country: UNITED STATES
 
Record
SN01520708-W 20080302/080229224158 (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.