SOURCES SOUGHT
C -- A/E Services: Decentralize Boilers, Building 58 - ProjectNo. 550-08-121
- Notice Date
- 2/28/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
- ZIP Code
- 61832-5198
- Solicitation Number
- VA-251-08-RP-0054
- Response Due
- 3/28/2008
- Archive Date
- 5/27/2008
- Point of Contact
- Cari Snyder Contract Specialist 217-554-4538
- E-Mail Address
-
Email your questions to Contracting Officer
(cari.snyder@va.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: AUTHORIZATION TO PROCEED WITH CONTRACTING OF THIS PROJECT IS SUBJECT TO THE AVAILABILITY OF FUNDS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. NO AWARD WILL BE MADE FOR THIS PROJECT UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. The Department of Veterans Affairs, Illiana Health Care System (HCS), located in Danville, Illinois, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide 100% working drawings and specifications and Construction Period Services for the installation of low pressure boilers in Building 58. The selected A/E firm shall provide all technical services including architectural, mechanical, electrical and structural engineering as may be required for design. Work for Project No. 550-08-121, Decentralize Boilers, Building 58, may include the construction of an addition to Building 58 to house the new equipment and all work necessary to convert the existing steam system being supplied from the Central Boiler Plant to the newly installed Decentralized Boilers. Consideration shall be given to the areas of Building 58 that require the production of steam above low-pressure (SPD, Surgery, etc.). The new Boilers must be able to operate on at least 2 separate and redundant fuel sources. All work shall meet all applicable regulatory code requirements. A/E firm shall prepare 100% working drawings and contract documents using VA Master Specifications (http://www.va.gov/facmgt/standard/spec_idx.asp ) to complete the work specified above. The estimated construction range is between $1,000,000 and $2,000,000. Preliminary submission shall be due 60 calendar days from receipt of the notice to proceed; 60% submission shall be due 135 days from receipt of the notice to proceed, and 95% submission shall be due 175 days from receipt of the notice to proceed. Final submission shall be due in 200 calendar days from receipt of the notice to proceed. All interested firms are required to submit two (2) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications. Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Send qualifications to VA Illiana HCS, Attn: Cari Snyder (90CSC), 1900 E. Main St., Danville, Illinois 61832, no later than 3:00 p.m. (Local Time), Friday, March 28, 2008. Solicitation VA-251-08-RP-0054 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. This procurement is full and open competition and is restricted to firms located within 150-mile radius of HCS, Danville, IL. NAICS Code 541330, Engineering Services, is applicable to this procurement and the size standard for a firm to be considered a small business is $4.5 million average annual receipts for preceding three years. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. 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. Specialized 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. 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; 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; 6. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; 7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; 8. Record of significant claims against the client because of improper or incomplete architectural and engineering services. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. This is NOT a Request for Proposal and a solicitation document does not exist. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form.
- Record
- SN01519523-W 20080301/080228224110 (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 |