Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

C -- A/E Underground Storage Tank Removal and Install

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
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-0142
 
Response Due
4/15/2010
 
Archive Date
7/23/2010
 
Point of Contact
Elizabeth TerhuneContract Specialist
 
E-Mail Address
Elizabeth Terhune, Contract Specialist
(elizabeth.terhune@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. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. Applicable NAICS code is 541330 size standard $4.5 million. In accordance with FAR 36.204, the estimated magnitude of construction is between $500,000 and $1,000,000.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. 1.Remove eight (8) existing 30,000 gallon steel single walled underground fuel oil storage tanks and ancillary equipment, dispose of and remediate the site. 2.Install two (2) new 15,000 gallon underground fiberglass double walled fuel oil storage tanks used to provide back-up fuel for three existing boilers. 3.Install one (1) new above ground fiberglass double walled diesel storage tank to be used for an existing emergency engine generator. The size to be determined based on generator equipment load and run time requirements. 4.Remove one (1) existing long abandoned emergency engine generator, concrete pad, metal enclosure and abandoned piping. 5.Install one (1) new above ground 5,000 gallon fueling station for E85 gasoline and one (1) new above ground 5,000 gallon fueling station for diesel fuel. 6.Remove one (1) 10,000 gallon underground diesel fuel storage tank and ancillary equipment, dispose of and remediate the site. The design is to meet all current US Federal Government and State of Indiana rules, regulations, laws, etc. concerning such work. Design completion timeframe of 120 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services. 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 Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. 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. 8.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Prospective firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. 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, 1700 E. 38th St., Marion, IN 46953. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Submission Requirements: Qualified firms are required to submit: 2 copies of Standard Form (SF)330 (available at http://www.gsa.gov/forms) to include Part 1 and Part 2. In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs) and compliance with performance schedule (original design schedule vs. actual design completion time) for each key design project listed in Section F. Completed SF330s shall be sent to Richard L. Roudebush VA Medical Center, Attn: Elizabeth Terhune (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. EDT, April 15, 2010. Outer envelope or packaging shall clearly indentify Solicitation number. Information can also be hand carried or submitted via commercial express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Elizabeth Terhune (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., and are encouraged to certify with VetBiz. 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 May 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-0142/listing.html)
 
Place of Performance
Address: VA Northern Indiana Healthcare System;Marion Campus;1700 East 38th Street;Marion, IN
Zip Code: 46953
 
Record
SN02093635-W 20100318/100316235313-5f973a44355b055305521ea310e6a25c (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.