Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
DOCUMENT

C -- Electrical Testing and correction - Project #442-11-104 - Attachment

Notice Date
1/12/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Cheyenne VAMC (442/90C);ATTN: Lori A. Krohn;2360 East Pershing Blvd.;Cheyenne, Wyoming 82001
 
ZIP Code
82001
 
Solicitation Number
VA25911RP0028
 
Response Due
2/24/2011
 
Archive Date
4/25/2011
 
Point of Contact
Lori A. Krohn
 
E-Mail Address
78-7326<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRESOLICIATION NOTICE - A REQUEST FOR PROPOSAL WILL BE POSTED NO LATER THAN January 26, 2011 AT 4:00 PM (MST) - DO NOT CALL PRIOR TO READING THE REQUEST FOR PROPOSAL. DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 442-11-104 - "Electrical Testing and Correction" at the Cheyenne VA Medical Center, Cheyenne Wyoming. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The VA Medical Center is seeking professional architect/engineering firms to provide investigative services, construction documents, working drawings, specifications and cost estimates, and construction administration period services as required to prepare complete specifications, drawings, and Cost estimates for the following work (items are listed in approximate order of priority): 1) Testing of Circuit Breakers and Transformers, 2) Upgrade Branch Circuits in Building 4, 3) Consolidate Service Panels in Building 4, 4) Upgrade Crawlspace under Clinical and Building 1 with improved energy efficient lighting, 5) Upgrade Controls for Automatic Transfer Switches to Clinical Areas and the Boiler Plant, 6) Evaluate and specify Solar Lighting for Parking Lots 9, 10, 11, 12, 13, 14, 16, and 17, 7) Identify and replace remaining T12 lights in the Medical Center with T-8 technology, 8) Upgrade of Data and Phone lines to Building 6, 9) Replace current 600 kW Emergency Generator (de-rated to 450 kW due to altitude) with new Emergency Generator rated for at least 450 kW, 10) Evaluate current Fire Alarm System Sensors that have potential reliability problems, sensors with functional improvements, and additional sensors which will improve the accuracy, effectiveness and reliability of the overall Fire Alarm System, 11) Upgrade motherboard in Fire Alarm System, 12) Upgrade of the Fire Alarm System to add "Select Evacs" to areas that do not currently have it, 13) Upgrade of Data and Phone lines to Building 4, 14) Evaluate and specify inclusion of Building 6 into the facility Fire Alarm System and Public Address (PA) System, 15) Upgrade of required battery backup ballasts for Building 6. The AE firm will investigate and evaluate these requirements and deficiencies and prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The AE firm is responsible for ensuring that the specifications and drawings supplied by the Cheyenne VAMC fully represent all of the work described in the Request for Proposal (RFP). Microsoft Project scheduling and management software will be used by both the A&E and Contractors to allow for regular tracking of schedules and work by the VAMC. Schedules with MS Project will be regularly sent to the COTR upon project initiation and whenever significant changes occur in the schedule. All work must be designed within a construction cost range of $500,000 to $1,000,000. Buildings are considered historic and AE will be required to coordinate with the state historical society. The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the initial estimate and preliminary design submission, a 50% design submission, and a 95% design submission. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the construction. The AE will provide 4 sets of documents at each submission including a cost estimate and will provide a set of AutoCAD drawings and specs in Microsoft Word at the final submission. The AE will provide 10 sets of drawings and specifications for procurement. The NAICS code for this project is 541330. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit (2) copies of their current SF 330 no later than December 4, 2009 to Lori.Krohn@va.gov. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, prior to receiving an award of a contract under this SDVOSB set- aside. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CeVAMC/VAMCCO80220/VA25911RP0028/listing.html)
 
Document(s)
Attachment
 
File Name: VA-259-11-RP-0028 VA-259-11-RP-0028.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=170815&FileName=VA-259-11-RP-0028-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=170815&FileName=VA-259-11-RP-0028-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Cheyenne VAMC;2360 East Pershing Blvd.;Cheyenne, Wyoming 82001
Zip Code: 82001
 
Record
SN02358733-W 20110114/110112233948-de678f4db9be2867e2346cd0fcff37f9 (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.