Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOURCES SOUGHT

C -- Chiller Plant Replacement

Notice Date
8/24/2009
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 19;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA-244-09-RP-0382
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Paul SimsContract Specialist724-285-4701
 
E-Mail Address
Contract Specialist
(paul.sims@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Veterans Integrated Service Network #04 (VISN04) Logistics Office (529/ Bldg #1/Rm. 333), located at 325 New Castle Road, Butler, PA 16001-2480 is soliciting for Professional A/E Services for Project 529-09-210 for the project Chiller Plant Replacement. The contractor shall develop Plans, Specifications and Construction Period Services for a Chiller Plant Replacement, at the VA Medical Center, Butler, PA. The services to include but not limited to site investigation, architectural and structural. Contractor shall develop contract drawings and specifications, provide construction period services which include: review of submissions, RFI's, and providing recommendations regarding contractor change proposals, visit site per VA's request and add to drawings the "as-built conditions" from contractor's record drawings. A/E will respond on site within a two-hour period when requested. Design must take into account ASHRAE, ASHRAE, ASTM and American Architectural Manufactures Association requirements. Selection criteria will be in accordance with FAR 36.602-1 and VAAR 836.602-1, which at a minimum will include, but not limited to, the following short list criteria and selection criteria. Short List Criteria will include the following: (1) Specialized in-house experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (3) 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. (4) Professional capacity of the firm to perform work (including any specialized service) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. (5) Past record of performance on contracts similar to this work. Include all past VA and/or Government contracts. Selection criteria: (1) Team Proposed for this Project, background of the personnel-Project Manager, Consultants, other key personnel. (2) Proposed Management Plan- Team organization, design and construction phase, in-house capabilities. (3)Previous Experience of A/E firm-Project experience on contracts similar to this work. (4) Proposed Design Approach for this Project- Design philosophy and method of implementing, energy conservation/sustainable design, anticipated problems and potential solutions. (5) Location and Facilities for Working Offices- Prime and consultants. (6) Project Control- Techniques planned to control the schedule and costs, and Personnel responsible for schedule and cost control. (7) Estimating Effectiveness-Ten most recently bid projects. (8) Miscellaneous Experience and Capabilities- Energy conservation and new energy resources, CADD and other computer applications, Value Engineering and life cycle costs analyses, Past projects of this type, CPM and Fast Track Construction. (9) Insurance and Litigation- Types and amounts of liability insurance carried, and any litigation involvement over the past five years and their outcome, significant claims against the firm of improper or incomplete services. In accordance with Public Law 100-656 Small Business Competitiveness demonstration Program Act of 1988, this is a non-restrictive business size procurement. The SF 330 form can be retrieved from www.gsa.gov, and may be supplemented to include all necessary information. Qualified firms must submit their completed SF 330, one electronic pdf copy to paul.sims@va.gov, and one hard copy (no faxed copies) to Paul E. Sims (101), VA Medical Center, 325 New Castle Road, Butler, PA 16001, 4:00 PM 09/23/2009. This is not a request for proposals and a solicitation package will not be issued. NAICS code for this project is 541330. Size Standard is $4.5 million dollars with a firm Fixed Price contract being anticipated. Questions regarding this solicitation must be in writing to the Contracting Officer, via Fax at (724) 477-5026, or email: paul.sims@va.gov. NO TELEPHONE REQUEST WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BuVAMC529/BuVAMC529/VA-244-09-RP-0382/listing.html)
 
Place of Performance
Address: Butler, Veterans Health Administration;325 New Castle Road;Butler, PA 16001-2480
Zip Code: 16001-2480
 
Record
SN01924162-W 20090826/090825002419-d768b0551caa5f152dd948a65dc15533 (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.