Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

C -- Boiler Plant Design

Notice Date
6/14/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 4 RM 122;Sheridan WY 82801
 
ZIP Code
82801
 
Solicitation Number
VA25910RP0202
 
Response Due
7/29/2010
 
Archive Date
8/12/2010
 
Point of Contact
Jason D. Brown
 
E-Mail Address
75-3680<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA-259-10-RP-0161 PROJECT # 666-10-811 BLDG 2 & CHALLENGE COURSE REMODEL PROJECT FBO PRESOLICITATION DESCRIPTION The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting bids for the Boiler Plant Design Project Project #666-11-101. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-10-RP-0161 for the following: Professional Architectural/Engineering Services are required at the VAMC at Sheridan, Wyoming located at 1898 Fort Road, Sheridan, WY 82801 to provide an investigative report, contract documents, and specifications, and construction period services for necessary for the design of the new boiler plant. The prime consultant may be either and architectural firm or a boiler plant design engineering firm, or an architectural firm with a boiler plant design engineering firm as a sub consultant. The project includes the complete replacement of existing boilers and all support systems within the boiler plant, including steam piping and accessories, feedwater and condensate transfer pumps, deaerator/feedwater, heater, condensate storage tank, condensate receiver, fuel handling systems, stack and emissions control systems, boiler controls, supporting electrical systems, etc. This project will also separate 13 of the smaller residential quarters, buildings from the main steam distribution system design will include individual heating systems for each. New boilers will be factory-built packaged steel boilers, fire box, fire tube, water tube or hybrid design, high efficiency in order to meet VA energy mandates per EPACT 2005, EISA 2007 and Executive Orders. Systems will include stack economizers and other energy saving systems that maximize efficiency. AE shall select major boiler plant equipment and apply energy-saving systems based on fundamental economic analysis of the application of said equipment and systems. The existing site steam distribution and condensate return systems may require augmentation to increase capacity to meet the steam load of proposed buildings. A/E shall analyze the distribution system considering planned building projects to determine requirements for augmentations. If modifications to the existing boiler plant building are needed for new boilers, such modifications shall be designed to meet the historic building requirements of the Veteran Administration. Additional space and connection points into emission stream for future carbon capture technology shall also be incorporated in the design and indicated on plans. The overall intent of this project is to have a new plant with a 30 year life that will not require substantial renovation during that 30 year period with overall plant efficiency above 80%, has low emissions and the potential for carbon capture. The VA will also consider a design that has the flexibility to mix biomass with coal. The design load must include additional future loads. Products used in this design must meet the Buy American Act. Design services must be completed by February 15, 2011. Design scope of work will include: A.Provide professional services including, but not limited to, conceptual design, construction documents and specifications, verification of as-built drawings, accurate cost estimates and construction period services. The designer will also prepare documents and submit applications for all permits required by EPA regulation 40 CFR Part 52.21 (Prevention of significant deterioration of air quality) on behalf of the VA. They shall also prepare documents and file for all air pollution control permits required for operation of this Boiler Plant. B.Site investigation of the existing plant must be completed to verify dimensions and current conditions of building and equipment required to support the generation of steam within the plant. Any existing equipment that is to remain in place and operation must be identified in the report. Investigation shall also include analysis of the steam distribution system to determine if the pipe sizes must be increased to meet design parameters. C.The design must, as a minimum, be in accordance with all applicable codes 1.VA "Design and Construction Procedures" http://www.cfm.va.gov/TIL/cPro.asp 2.VA Design Manuals i.Steam Generation Systems Design Manual (including energy center) May 2006 ii.Outside Steam Distribution Systems Design Manual, May 2006 3.ASME Boiler and Pressure Vessel Code 4.ASME Code for Pressure Piping 5.NFPA 54 - Fuel Gas Code 6.Other NFPA codes i.e. National Electrical Code, Life Safety Code, International Building Codes, and ASHRAE 7.EPA Environmental Laws including both State of Wyoming and Federal requirements. The designer will prepare necessary EPA documents for submission by Sheridan VA. D.The VA construction budget will be established prior to contract fee negotiation. E.The VA will provide the design firm with the following: 1.VA Standards and VA Master Specifications in electronic format (MS WORD) are available at the VA website http://www.va.gov/facmgt/standard/ Note the VA does not have specification or design documents on coal fired boiler plants and if this option is chosen then the designer will need to provide these documents. 2.The VA will provide the Boiler Plant and Steam Distribution study completed for this project. 3.Access to any drawings or documents from previous boiler projects. The designer will need to verify accuracy of any of these documents should they be used. F.The boiler plant will be designed to meet the VA requirements for redundancy in the number of boilers (VA requires a minimum of three boilers with sufficient excess capacity that loss of the largest boiler leaves the plant capable of meeting full load). The boilers shall be capable of burning coal to meet design capacity with natural gas back up. The existing gas delivery system will need to be evaluated to insure that it will meet the capacity to supply fuel to the boiler plant. If the selected boiler system will not fit into the existing plant, the design of a new building or addition to the building will be required. The appearance of this building will be required to meet the standards of the VA and in appearance and construction. The building is in the National Historical register and all changes must be approved by the Station Historical Preservation Office. The design shall be done in a manner that the plant remains operational at all times. The current boiler plant has both summer and winter loads and operates 24 hours per day 7 days a week. The design contract will require a detailed phasing plan to accomplish work and maintain steam throughout the construction period. This project will be reviewed at the local level (Sheridan VAMC), regional level (VISN 19), and the national level (Department of Veterans Affairs Construction Facilities Management Office Support Services). Other work as per drawings and specifications. CONTRACT DURATION: Performance period is approximately 180 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $500,000 and $1,000,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 237990 is applicable to this acquisition with a Business Size Standard of $33.5 million. Solicitation documents will be available electronically on or about June 28, 2010 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference will be scheduled in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801, at a time and date to be announced. Prospective bidders are encouraged to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. This will be the only site visit allowed or offered. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-10-RP-0202 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25910RP0202/listing.html)
 
Place of Performance
Address: Sheridan VAMC;1898 Fort Road;Sheridan WY
Zip Code: 82801
 
Record
SN02176283-W 20100616/100614234140-d4cf7b236ac83f41377f9102ee82f907 (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.