Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2009 FBO #2918
SOLICITATION NOTICE

C -- Replace Air handling units

Notice Date
11/18/2009
 
Notice Type
Presolicitation
 
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-251-10-RP-0021
 
Response Due
12/18/2009
 
Archive Date
3/27/2010
 
Point of Contact
Joe H EmbryContract Specialist
 
E-Mail Address
Contract Specialist
(joseph.embry@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Richard L Roudebush VA Medical Center, Indianapolis, Indiana is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 583-08-105, FCA Replace Air Handling Units (AHUs) and Correct Deficiencies at the Richard L. Roudebush VA Medical Center. All AHUs currently serve different portions of Bldg. 1 which is occupied with patients and staff. All AHUs should be replaced with energy saving type AHUs with the possibility of adding heat recovery units to all of the new Air Handling Units. The use of mixed-air units is also an alternative to heat recovery systems depending on the function of the space served. More descriptive information for each AHU is as follows: (AC Units 1, 2, 5 & 6) AC Unit 1 is located on the 10th floor roof east side of Building 1. Unit installed in 1989 and feeds east wing of Building 1, from 9th floor to 1st floor. It is a 100% outside air unit and is approx. 26,000 CFMs. AC Unit 2 is located on the 10th floor roof west side of Building 1. Unit installed in 1989 and feeds west wing of Building 1, from 9th floor to 1st floor. It is an outside air unit and is approx. 27,000 CFMs. The VA is looking at having all sections of these units refurbished/fan sections replaced. If unit cannot be refurbished/ repaired, then designer will advise. Work includes rebalance of the system. Design would determine if the existing controls would need to be replaced. AC Unit 5 is on the 5th floor roof and serves 5 South down to 1 South. It is a 100% outside air unit and is approx. 29,000 CFM unit and was installed in 1989. AC Unit 6 sits on the ground near the South Dock. It serves the C-Wing basement area. It is a 100 % outside air unit and is approx. 22,000 CFM unit and was installed in 1989. (AC Units 11, 13 & 15) AC Unit 11 is located on the 9th floor south interior end and serves 7 South. It has leakage around the coils and reoccurring drain pan problems. The unit is approx. 7500 CFM and 17 years old. AC Unit 13 is located in the D-Wing basement and serves the outer section of D-Wing, floors 1-7. VA is looking to downsizing the exterior existing unit and having this unit refurbished/fan sections replaced.. If unit cannot be refurbished / repaired, then designer will advise. Work includes rebalance of the system. Design would determine if the existing controls would need to be replaced. AC Unit 15 is located in the D-Wing basement and feeds 3rd floor D-Wing Research and part of 1st floor D-Wing. (AC Unit 14) AC Unit 14 replacement design has already been completed and we have design drawings in hand. However, this has not been sent for bidding or quotes. AC Unit 14 is also located in the D-Wing basement and serves the inner and outer core of D-Wing. (AC Units 3) AC Unit 3 is located on the 3rd floor roof and feeds dietetics. It was replaced in 1989. This 100% outside air unit is 16,000 CFMs. The VA is looking to downsizing the exterior existing unit and or have the existing unit refurbished/fan sections replaced.. If unit cannot be refurbished/ repaired, then designer will advise. Work includes rebalance of the system. Design would determine if the existing controls would need to be replaced. The A/E design shall meet all VA space criteria requirements, VA HVAC design specific requirements, and all building codes, NFPA, NEC, OSHA, ASHRAE requirements. Design Time Completion: 75 calendar days from NTP. The A/E fee proposal shall include construction period services, which shall include submittal review, site visits, inspections, etc. This procurement is full and open competition and is restricted to firms located within a 200-mile radius of Indianapolis IN. The 200-mile radius will be determined using maps.yahoo.com. NAICS Code 541330, Engineering Services, is applicable to this procurement. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. The size standard for a firm to be considered a small business is $4.5 million average annual receipts for preceding three years. Estimated construction cost range is between $500,000 and $1,000,000. A firm-fixed-price contract will be negotiated. Solicitation VA-251-10-RP-0021 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. 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 (at a minimum a degreed architect/engineer must be heading the project); 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 (must have qualified professionals completing each task, i.e. architectural, electrical, plumbing, HVAC, fire suppression, etc.); 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 (adequate time and staffing must be demonstrated); 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 (Geographical area is 200-mile radius of Indianapolis IN); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (provide 3 references); 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 required to submit three (3) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Joseph Embry (90C), 1900 E. Main Street, Danville, IL 61832, by December 18, 2009 no later than 3:00 p.m. (Local Time), Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. 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 NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form. Inquiries may be submitted to the Contracting Officer at joseph.embry@va.gov. see Numbered Note 24
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0021/listing.html)
 
Place of Performance
Address: Richard L Roudenbush;1481 W 10th St.;Indianapolis Indiana
Zip Code: 46202
 
Record
SN02006323-W 20091120/091118235419-b73d1031f8875aee0921669fabde9902 (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.