Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOURCES SOUGHT

C -- Replace Boilers and Piping in Boiler Plant - Project 610-10-102

Notice Date
12/22/2009
 
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-RP-0047
 
Response Due
1/20/2010
 
Archive Date
4/29/2010
 
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 construction is between $5,000,000 and $10,000,000.Description of work to be performed includes: 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: Design to replace three (3) Henry Voght Machine Company 30,200 #/hr water tube boilers including all existing associated equipment, piping and systems within the existing boiler plant, bldg. 76, including but not limited to: Steam and Condensate Piping System, Water Piping System, Natural Gas Piping System, Fuel Oil Piping and Pump System, Burners and Burner Controls, Chemical Feed and Ventilation System, Deaerator System, PRV Stations, Combustion Air Control System, Motor Control Center, Site Glass Video Monitoring System, Continuous Blowdown System, and UPS Control Power System. Evaluate the flowing existing items and/or systems and include in project design: Building Maintenance Compressed Air System, Water Softening System, Building Task Lighting. Design and specify temporary boilers and boiler plant for use during boiler replacement. Existing 'Hays-Cleveland' UPAC controls and MSA combustible gas detection system installed in 2009 are to be reused and integrated into the project to fullest extent possible. Evaluate existing equipment that could possibly be re-used cost-wise and energy-efficient with the new boilers. Include a "summer" boiler for use during low demand seasons. Design to be in accordance with VA Steam Generation Design Manual and current VA Energy Efficiency standards. The design completion period is 180 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; 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 500 driving mile radius of Marion, 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 500 driving mile radius of the VA Northern Indiana Health Care System Marion Medical Center, 1700 East 38th Street, Marion, IN 46953. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Qualified 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), January 20, 2010. Outer envelope or packaging shall clearly indentify Solicitation number. Information can also be hand carried or submitted via overnight express 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, 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, 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 contract is anticipated to be awarded in March 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-RP-0047/listing.html)
 
Place of Performance
Address: VA Northern Indiana Health Care System;Marion Indiana VA Medical Center;1700 E. 38th St.;Marion, IN
Zip Code: 46953
 
Record
SN02029506-W 20091224/091222235148-3c3aa0dfbba3a97d5367d28f917ed0b5 (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.