MODIFICATION
C -- Boiler Plant Design
- Notice Date
- 7/22/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 4 RM 122;Sheridan WY 82801
- ZIP Code
- 82801
- Solicitation Number
- VA25910RP0202
- Response Due
- 8/4/2010
- Archive Date
- 11/11/2010
- Point of Contact
- Jason D. Brown
- E-Mail Address
-
5-3680<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE REPLACES THE PREVIOUS PRESOLICITATION NOTICE PUBLISHED ON FBO 06/14/2019. THIS MODIFICATION ALSO REPLACES ALL PRIOR MODIFICATIONS TO VA259-10-RP-0202. The VA Medical Center, located in Sheridan, Wyoming, is seeking the services of a qualified Architectural Engineering (A/E) firm with specialized experience in design through construction period services in Boiler Plant Design for project 666-11-101, titled "Boiler Plant Design". The prime consultant may be either and architectural firm or a boiler plant design engineering firm, or an architectural firm with a boiler plant design engineering firm as a sub consultant. The selected firm shall provide all investigative and technical services including architectural, mechanical, structural and electrical engineering as may be required for a boiler plant design. Design shall include all phasing required during construction. The project scope is to a complete replacement of existing boilers and all support systems within the boiler plant, including steam piping and accessories, feedwater and condensate transfer pumps, deaerator/feedwater, heater, condensate storage tank, condensate receiver, fuel handling systems, stack and emissions control systems, boiler controls, supporting electrical systems, etc. This project will also separate 13 of the smaller residential quarters; buildings from the main steam distribution system design will include individual heating systems for each. New boilers will be factory-built packaged steel boilers, fire box, fire tube, water tube or hybrid design, high efficiency in order to meet VA energy mandates per EPACT 2005, EISA 2007 and Executive Orders. Systems will include stack economizers and other energy saving systems that maximize efficiency. Contractor shall select major boiler plant equipment and apply energy-saving systems based on fundamental economic analysis of the application of said equipment and systems. The existing site steam distribution and condensate return systems may require augmentation to increase capacity to meet the steam load of proposed buildings. Contractor shall analyze the distribution system considering planned building projects to determine requirements for augmentations. If modifications to the existing boiler plant building are needed for new boilers, such modifications shall be designed to meet the historic building requirements of the Veteran Administration. Additional space and connection points into emission stream for future carbon capture technology shall also be incorporated in the design and indicated on plans. The overall intent of this project is to have a new plant with a 30 year life that will not require substantial renovation during that 30 year period with overall plant efficiency above 80%, has low emissions and the potential for carbon capture. The VA will also consider a design that has the flexibility to mix biomass with coal. The design load must include additional future loads. Products used in this design must meet the Buy American Act. Provide professional services including, but not limited to, conceptual design, construction documents and specifications, verification of as-built drawings, accurate cost estimates and construction period services. The designer will also prepare documents and submit applications for all permits required by EPA regulation 40 CFR Part 52.21 (Prevention of significant deterioration of air quality) on behalf of the VA. They shall also prepare documents and file for all air pollution control permits required for operation of this Boiler Plant. Site investigation of the existing plant must be completed to verify dimensions and current conditions of building and equipment required to support the generation of steam within the plant. Any existing equipment that is to remain in place and operation must be identified in the report. Investigation shall also include analysis of the steam distribution system to determine if the pipe sizes must be increased to meet design parameters. The boiler plant will be designed to meet the VA requirements for redundancy in the number of boilers (VA requires a minimum of three boilers with sufficient excess capacity that loss of the largest boiler leaves the plant capable of meeting full load). The boilers shall be capable of burning coal to meet design capacity with natural gas back up. The existing gas delivery system will need to be evaluated to insure that it will meet the capacity to supply fuel to the boiler plant. If the selected boiler system will not fit into the existing plant, the design of a new building or addition to the building will be required. The appearance of this building will be required to meet the standards of the VA and in appearance and construction. The building is in the National Historical register and all changes must be approved by the Station Historical Preservation Office. The design shall be done in a manner that the plant remains operational at all times. The current boiler plant has both summer and winter loads and operates 24 hours per day 7 days a week. The design contract will require a detailed phasing plan to accomplish work and maintain steam throughout the construction period. The estimated construction range is between $5.0 and $10.0 million. Selection criteria include in descending order importance: (1) Specialized experience and technical competence of the firm, both prime and consultants, in design and construction of coal-fired boiler plants with a gas back-up; (2) Past experience and qualifications of personnel proposed for the project working on VA facilities and/or Government facilities; (3) Inclusion of specialized consultant(s) or experts within the firm in the fields of emission reduction, carbon capture, biomass fuels or other specialized experience such as cogen, various fuel handling systems, clean coal, micro turbines or any new boiler technology that could apply to this project. (4) Ability of the firm to begin the work within 30 days of award of contract, and complete the contract within 365 days of the start of work; (5) Past record of performance on contracts with the Department of Veterans Affairs, other Federal Government agencies, or Boiler Projects similar to Sheridan's. Demonstrate experience with the different Boiler Types listed in this modification plus any other types that the offerer would like to propose. (6) Small Business status: Service Disabled Veteran Owned Small Businesses will be given the highest score on this criterion, followed in order by Veteran Owned Small Businesses, Small Businesses, and finally Large Businesses; partial credit will be given for demonstrating a subcontracting plan hiring SDVOSB and VOSB subcontractors; (7) 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. Higher scores will be given in this category based on geographic proximity to Sheridan VAMC. (8) Demonstrate success in prescribing the use of recovered materials and achieving emission reduction and energy efficiency to meet or exceed Federal requirements in coal-fired boiler design. Demonstrate success in phasing major changes to utility systems and maintaining services to the users with minimum disruption to operations. NAICS Code 541330, Engineering Services, is applicable to this acquisition, with a Small Business Size Standard of $4.5 million. HOWEVER, AS THIS IS COVERED UNDER THE BROOKS ACT AND EXCEEDS THE EMERGING SMALL BUSINESS SIZE STANDARD, ALL FIRMS SUBMITTING AN SF330 WILL BE CONSIDERED. THIS SOLICITATION IS NOT LIMITED TO SDVOSB OR VOSB ONLY. AS NOTED IN EVALUATION FACTOR 6, SDVOSB, VOSB AND SMALL BUSINESSES WILL RECEIVE HIGHER SCORES ON THIS EVALUATION FACTOR, BUT ALL FIRMS SUBMITTING AN SF330 WILL BE CONSIDERED. All interested firms are required to submit one (1) completed Standard Form (SF) 330, Architect-Engineer Qualifications, to the attention of Jason Brown, Contracting Officer, Sheridan VAMC, 1898 Fort Street, Sheridan, Wyoming 82801, no later than 11:00 a.m. (Mountain Time), Wednesday, August 4, 2010. Solicitation VA-259-10-RP-0202 has been assigned and should be referenced on all correspondence regarding this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual on line representations and certifications (ORCA) in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, all SDVOSB firms must be registered in VetBiz Registry at http://www.vip.vetbiz.gov/ at the time of submission of their qualifications in order to be considered. Failure to register on these required websites will result in disqualification of your submissions. Please note: 1.The geographic location preference has been added as Evaluation Factor 7 in the selection criteria per FAR requirements. Additionally, Factor 1 has been corrected to reflect the project, and Factor 3 has been added. Please adjust your SF330 package accordingly. 2.While the NAICS Code is included for reference purposes, this is not a size-restricted solicitation. All U.S. firms submitting SF330s will be considered. 3.Although this is not a size-restricted solicitation, higher scores in Evaluation Factor 6 will be given to businesses as described. 4.The due date for submissions has been extended to 11:00 a.m. MST on August 4, 2010. 5.Submitting a successful SF330 package resulting in award of this contract makes the awardee ineligible to bid on the construction contract for the Boiler Plant.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25910RP0202/listing.html)
- Place of Performance
- Address: 1898 Fort Road;Sheridan, WY
- Zip Code: 82801
- Zip Code: 82801
- Record
- SN02214033-W 20100724/100722234605-e915f7f9aafd78defddc7a86d7c5a132 (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 |