Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2010 FBO #3012
SOLICITATION NOTICE

C -- Project No. 550-10-121 & 610-10-134, Ground Source Heat Pumps Phase II at Marion, IN and Danville, IL

Notice Date
2/20/2010
 
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-0105
 
Response Due
3/24/2010
 
Archive Date
7/1/2010
 
Point of Contact
Cari SnyderContract Specialist
 
E-Mail Address
Contracting Officer
(cari.snyder@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Applicable NAICS code is 541330 size standard $4.5 million. In accordance with VAAR 836.204, the estimated magnitude of construction is between $1,000,000 and $2,000,000.Description of work to be performed includes: The Architect/Engineer A/E firm shall provide all tools, equipment, material, labor and supervision necessary to accomplish, prepare, and furnish Schematic, Design Development, Construction Documents, Construction Period Services, Site Visits, As-Builts, Drawings, and detailed Cost Estimates for the design of ground source heat pump systems for Buildings 6, 65, 114, 170, 173, & 52 at the Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953 and Buildings 14, 64, and 72 at Illiana Health Care System, 1900 E. Main Street, Danville, Illinois 61832. The ground source heat pump systems shall be closed loop systems with vertical wells and shall 1) provide cooling, heating, and domestic hot water for the identified buildings; 2) utilize existing air handling systems where applicable; 3) provide new air distribution where existing air distribution does not exist; 4) supplement or replace existing perimeter steam heating systems within the buildings with the new heat pumps; 5) be tied directly into each facilities existing Building Management System for both controlling and monitoring the new systems; and 6) provide advanced metering for the identified buildings to record energy use for these buildings. These meters shall be utility grade pulse type meters. They shall be capable of communicating with the local Building management Systems. The local Building Management systems shall be tied into these meters and record the energy use by billing cycle, month and year. Where applicable, utilities shall include electricity, natural gas, steam, water, and chilled water. Ground source wells may be located under existing surface parking, or within existing grass fields. Spacing between the wells shall be as determined by soil conditions and standard guidelines for the spacing of wells for a ground source heat pump system.Design completion timeframe of 200 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services. Prospective firms are urged to address all selection criteria within submitted SF330 packages using additional pages as required. 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 Federal Government, 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 350 driving mile radius of Marion, IN); 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. Prospective firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The NAICS Code for this procurement is 541330 Engineering Services. The designated geographic area of consideration for this procurement is restricted to firms located within a 350 driving mile radius of the Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Qualified firms are required to submit: 4 hard copies and 1 CD of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Illiana Health Care System, Attn: Cari Snyder (90CSC), 1900 E. Main Street, Danville, IL 61832, no later than 3:30 p.m. (Local Time), March 24, 2010. Outer envelope or packaging shall clearly indentify Solicitation number. This is not a request for proposal and no solicitation document is available. No other information pertaining to project scope, etc. is available at this time. The Government reserves the right to cancel at no cost to the Government. Award is contingent upon the availability of funds. 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. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with required registration in the Central Contractor Registration (CCR) database prior to award of a contract (FAR 4.11). SDVOSBs must also register in the VetBiz registry at http://www.vetbiz.gov. After the evaluation of SF330 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 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
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0105/listing.html)
 
Record
SN02070581-W 20100222/100220233031-cd554d1ee4de53f91f248a334e833f4c (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.