SOURCES SOUGHT
C -- RECOVERY C--RECOVERY ACT--EMERGENCY ELECTRICAL SYSTEM UPGRADE (DESIGN) PROJECT R512-10-317
- Notice Date
- 6/19/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B, Room 1;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA-245-09-RA-0208
- Response Due
- 7/20/2009
- Archive Date
- 9/18/2009
- Point of Contact
- David Stephens, Jr.(410) 642-2411 ext 2920<br />
- E-Mail Address
-
Contract Specialist
(david.stephens@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- Synopsis for A/E Services ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Recovery Project R512-10-317, "Emergency Electrical System Upgrade" to provide all necessary design to prepare construction documents (CD's) for (1) construction of a centralized power generation station. This should include a new single story building to house the generators and associated equipment. The new system is to be tied to the campus wide Andover control system. (2), Replace the existing generators that are nearing the end of their expectancy at the same locations on a one to one basis. And (3) Separate existing building emergency electrical systems into Life Safety, Critical and Equipment branches in designated buildings at the Perry Point, Maryland VA Medical Center. This acquisition is a 100% set aside for Service-Disabled Veterans-Owned Small Business (SDVOSB) concerns and the award of a firm-fixed-price contract is anticipated. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is not more than $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $2,000,000.00 and $5,000,000.00. The selected A/E firms should have in house expertise in healthcare planning and design. The selected A/E firms will be required to provide Investigative Services to include review of existing space plan, drawings and documents, and a site investigation to confirm locations, sizes and capabilities of utilities and to verify architectural features for the building addition, including, but not limited to building systems (HVAC, plumbing, electrical, telephone, alarms, etc), and required electrical system connections to new equipment. Construction Documents to include the following: Electrical, Mechanical, Fire Protection, Architectural, and Plumbing drawings. Construction Period Services to include review of submittals, responses to Requests for Information (RFI), site visits for pre-bid conference, pre-construction conference, progress inspections and final inspection, and as-built drawings after completion of construction. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with government agencies and private industry; (5) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. Synopsis for A/E Services The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. Interested SDVOSB firms that meet the requirements listed in this announcement are invited to submit two (2) copies of SF 330 Part I and Part II to the Contracting Officer, Attn: David Stephens, Jr., VA Medical Center, Building 101B, Room 1, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM (EST), July 20, 2009. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is David Stephens, Jr, 410-642-2411 ext 2920, or david.stephens2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA-245-09-RA-0208/listing.html)
- Place of Performance
- Address: VA Medical Center;Perry Point, Maryland<br />
- Zip Code: 21902<br />
- Zip Code: 21902<br />
- Record
- SN01851290-W 20090621/090620000732-ac59080befe5df57b9d1159cd34fbab7 (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 |