Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2009 FBO #2648
SOURCES SOUGHT

C -- A/E CONSTRUCT BOILER PLANT A/E DESIGN

Notice Date
2/23/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-09-RP-0139
 
Response Due
3/23/2009
 
Archive Date
6/21/2009
 
Point of Contact
Aaron LacyContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
This procurement is restricted to firms located within a 150 mile radius of the VA Illiana Health Care System Medical Center, 1900 East Main Street, Danville, IL 61832-5100. Architect-Engineering services are required for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #550-09-120, Construct Boiler Plant. The project will include design work for the preparation of 100% complete working drawings and contract documents using VA Master Specifications to complete the following:A.Locate site for new Boiler Plant. B.Construct building of approximately 6400 sf having concrete block construction and brick facing to match surrounding permanent structures. C.Selection and installation of all boiler equipment, including but not limited to: new boilers of appropriate size and type to provide sufficient heating to all buildings; condensate storage tanks; feed water deaerator tanks, and a water treatment system including both a water softener and reverse osmosis. This system will include a redundant number of boilers and dual fuel sources as well as a back-up generator for emergency power. D.Construction of a new steam distribution system will lines for both steam supply and condensate return that will service to all buildings on the system. This distribution system will be designed to allow access to these lines for the purposes of inspection, maintenance and repair. Design Completion: 240 days Magnitude of Construction: Between $5,000,000 and $10,000,000 Qualifications (SF330) submitted by each firm for Project 550-09-120 for "Construct Boiler Plant" will be reviewed and evaluated based on the following criteria: 1.Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, and Environmental Engineers, as well as Architects, Estimators, Specification Writers, Surveyors, and Draftsmen. 2.Proposed Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases will be evaluated. 3.Previous Experience of Proposed Team: The experience of the proposed design team working on projects that involve heating systems of large buildings will be evaluated as well as any experience working with the Department of Veterans Affairs or any other healthcare setting. 4.Location and Facilities of Working Offices: The geographic proximity of each firm to the Danville Area will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. 5.Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. 6.Project Control: The techniques and personnel responsible for controlling the schedule and costs of this project will both be evaluated. 7.Estimating Effectiveness: A review of the ten (10) most recent projects will be conducted to determine how effective the construction cost estimate provided was to the actual bid costs of those projects. 8.Sustainable Design: The team philosophy and method of implementing a sustainable design will be evaluating including low impact materials, energy efficiency, use of recyclables and recycling demolished materials, etc. 9.Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated, these criteria will include, but not be limited to: Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation, CPM and Fast Track Construction. 10.Awards: Any awards received by the Design Firm or any team members for Design Excellence will be taken into consideration. 11.Insurance and Litigation: The type and amount of liability insurance carried as well as any litigation involvement in the last 5 years will be evaluated. The NAICS Codes for this procurement is 541310 Architectural Services. This procurement is restricted to firms located within a 150 mile radius of the VA Illiana Health Care System Medical Center, 1900 East Main Street, Danville, IL 61832-5100. There is no socio-economic set-aside associated with this advertisement and therefore this acquisition is open to all firms meeting the qualifications. Qualified firms are required to submit: 2 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. (Local Time), March 23, 2009. Information can also be hand carried or submitted via overnight express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222. Submission information incorporated by reference is not allowed. Project number must be clearly identified on outside of mailing envelope or packaging. 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. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) Register via the CCR Internet site at http://www.ccr.gov. After the evaluation of 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 2009. 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1a991877c266f241c8b4d67964f571b&tab=core&_cview=1)
 
Place of Performance
Address: VA Illiana Health Care System;1900 East Main Street;Danville, IL<br />
Zip Code: 61832-5100<br />
 
Record
SN01754978-W 20090225/090223214239-a1a991877c266f241c8b4d67964f571b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.