SOLICITATION NOTICE
C -- Project No. 550-10-107, F.C.A. Electrical Upgrades, Buildings 12B, 14, 33, 33A, 49, 60, 64, 98, 101, 102 and 125
- Notice Date
- 12/15/2009
- 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-0050
- Response Due
- 1/19/2010
- Archive Date
- 4/28/2010
- Point of Contact
- Cari SnyderContract Specialist
- E-Mail Address
-
Contracting Officer
(cari.snyder@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. This procurement is full and open competition and is restricted to firms located within 180 driving miles of Danville, IL. The 180 driving miles will be determined using maps.yahoo.com. VA Illiana Health Care System, 1900 East Main Street, Danville, Illinois, 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. 550-10-107, FCA Electrical Upgrades, Buildings 12B, 14, 33, 33A, 49, 60, 64, 98, 101, 102 and 125, at the VA Illiana Health Care System, 1900 East Main Street, Danville, IL 61832. 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. The A/E shall provide all architectural and engineering services required to develop Design and Construction Documents to upgrade the primary electrical service in Buildings 12B, 14, 33, 33A, 49, 60, 64, 98, 101, 102 and 125. This work will include, but is not limited to, possible removal and replacement of the transformers, switchgears and primary distribution systems for these four buildings. It may be necessary for this project to relocate certain equipment to new locations within each building or, in case of the transformers, relocate to a concrete pad outside of the existing structure. A/E firm shall prepare 100% working drawings and contract documents using VA Master Specifications and in accordance with Program Guide, PG-18-15, Volume C, A/E Submission Instructions, to complete the specified work. Preliminary submission shall be due 30 calendar days from receipt of the notice to proceed; 65% submission shall be due 75 days from receipt of the notice to proceed, 95% submission shall be due 150 days from receipt of the notice to proceed, and 100% submission shall be due 195 calendar days from receipt of the notice to proceed. Solicitation VA-251-10-RP-0050 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 180 driving miles of Danville, IL); 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: Cari Snyder (90C), 1900 E. Main Street, Danville, IL 61832, no later than 3:00 p.m. (Local Time), January 19, 2010. 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 cari.snyder@va.gov. see Numbered Note 24
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0050/listing.html)
- Record
- SN02024377-W 20091217/091215235112-e4df43329241ff702fc30df016b776e5 (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 |