SOLICITATION NOTICE
C -- A-E Project 621-09-114 Replace UPS in IRM
- Notice Date
- 9/8/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs, Mountain Home VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;James H Quillen VAMC;Bldg 8;Mountain Home TN 37684
- ZIP Code
- 37684
- Solicitation Number
- VA-249-08-RP-0245
- Response Due
- 10/23/2008
- Archive Date
- 12/22/2008
- Point of Contact
- Cari SnyderContract Specialist<br />
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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 James H. Quillen VA Medical Center, Mountain Home, Tennessee, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide 100% working drawings, specifications, cost estimates and Construction Period Services for Project No. 621-09-114, Replace UPS for IRM. The A/E shall provide all architectural and engineering services required to replace the existing UPS system currently located in IRM with a new 130 KVA, 104KW, 480V 175 max current, 480VDC 240 cells system with input filter or better in the proposed location at the James H. Quillen VA Medical Center.Work includes minor demolition, new electrical install and modifications to meet new system requirements which may include, but not limited to, new 500MCM feeds, new 400A breaker in main switch in RM L169-204, new 400A panel in electrical room location, new 225A breaker inside the new 400A panel, new 400A ATS in RM L169-204, new 3 O 4 wire w/ground ups feed from the new 400A panel, 2 new 400A panels in computer room to replace existing 200A panels, and any other associated electrical modifications/installations required by the system, structural engineering analysis to determine structural support needs of the new system, HVAC modifications/upgrades to include unit replacements, equipment specification, and any finish work. A/E firm shall prepare 100% working drawings and contract documents using VA Master Specifications to complete the specified work. Estimated construction cost range is between $500,000 and $1,000,000. Preliminary (25%) submission shall be due 20 calendar days from receipt of the notice to proceed; 75% submission shall be due 50 days from receipt of the notice to proceed, and 100% submission shall be due 80 calendar days from receipt of the notice to proceed. All interested firms are required to submit three (3) 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 the James H. Quillen VA Medical Center, Attn: Cari Snyder (90C), Building 8 at Dogwood Ave. Mountain Home, TN 37684, no later than 3:00 p.m. (Local Time), Thursday, October 23, 2008. Solicitation VA-249-08-RP-0245 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. This procurement is set aside for emerging small business only and is restricted to firms located within a 500-mile radius of Mountain Home, TN. NAICS Code 541330, Engineering Services, is applicable to this procurement and the size standard for a firm to be considered an emerging small business is $2.25 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. 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; 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. 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. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b380d119e0e86f8e9395f331dbbe429&tab=core&_cview=1)
- Record
- SN01662987-W 20080910/080908221102-2b380d119e0e86f8e9395f331dbbe429 (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 |