Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
DOCUMENT

Z -- Project 583-10-106 GI Upgrade - Controls, Testing & Balancing - Attachment

Notice Date
7/15/2011
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Northern Indiana Health Care System;Ft. Wayne Campus;2121 Lake Avenue;Fort Wayne IN 46805
 
ZIP Code
46805
 
Solicitation Number
VA25111IB0124
 
Response Due
7/21/2011
 
Archive Date
9/19/2011
 
Point of Contact
Marjean L Litzenberg
 
E-Mail Address
0-1411<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice. Please note that this is not a request for proposal (RFP) or bids and the government is seeking information for market research purposes only. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. The Richard L Roudebush VA Medical Center, Indianapolis, IN, is performing pre-solicitation market research to determine potential sources and set-aside possibilities for construction services for VA Project No. 583-10-106, GI Upgrade - Controls, Testing and Balancing at the Richard L Roudebush VA Medical Center, 1481 W Tenth Street, Indianapolis, IN. Contractor shall provide all tools, equipment, material, labor, and supervision to furnish controls and control power conditioning equipment including network room modules sensors and control panels as well as a supervisory control panel for tying into the Building Management System. Field devices include line pressure, ductwork pressure differential, flow, temperature and humidity sensing elements, TSI Room Pressure Monitors, all final control elements and other items required for proper functioning. Field installation of controls devices shall include placement, support, wiring, thermal and moisture protection, noise and vibration protection and other provisions required. VAV Boxes controllers and actuators are to be furnished by Controls Contractor, shipped and factory mounted on VAV Air Terminal Unit Boxes that are furnished and installed by Mechanical contractor with field wiring by Controls Contactor. VFD to be furnished by Controls for installation by the Electrical and commissioned by Controls. Automatic control valves and AHU damper actuators to be furnished by Controls with mechanical installation by Mechanical contractor and wiring by Controls Contractor. For all items furnished by Controls Contractor, provisions shall be provided to allow the mechanical contractor to test and commission the mechanical system independent of controls system. The scope shall include 120 Volt power supply cable and conduit from a designated Electrical Panel installed by others - to devices installed and commissioned by the Controls Contractor. Such devices and equipment may include, but not limited to, control panels, control transformers to for low voltage DC and AC powering of field devices, instrumentation, control cabling, I/O ports, screens, man-machine interfaces and all associated hardware, software with commissioning, demonstration and training responsibility for the integrated system. The control system contractor shall perform pre-tests and integrity checks of its scope of equipment before interfacing with the mechanical system. All workers on-site must be OSHA certified (one competent person must have 30 hour certificate and all other workers, prime and subcontractors, must have 10 hour certificate). In accordance with VAAR 836.204, the magnitude of this construction project is between $100,000 and $250,000. The performance period is 120 calendar days after receipt of Notice to Proceed. The North American Industrial Classification System (NAICS) code is 238210, small business size standard of $14 million in average annual receipts for the preceding three years. Interested firms must be registered and qualified as a small business under this NAICS code. Potential firms shall be qualified to perform the work specified above. SDVOSB and VOSB must be registered and verified in VetBiz Registry www.vetbiz.gov. Please note that this is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY to determine the availability of small business firms for a potential small business category type set-aside. Particularly, the purpose of this notice is to gain knowledge of potential small business sources to include small business in the following categories: Verified Service-Disabled Veteran-Owned Small Business, Verified Veteran-Owned Small Business, Certified HUB Zone, Woman-owned and other small business. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business community or to conduct as an Other Than Small Business Procurement. The Government must ensure there is adequate competition among the potential pool of available contractors. The response to this notice shall be in summary format and shall not exceed one (1) page. Summary shall include: Company name, DUNS number, social economic category (VOSB, SDVOSB, woman-owned, etc), address, point of contact, telephone number, fax number, email address. Include a list of similar projects completed during the past 5 years and state the contract dollar value No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside or sole source award, or any other guarantee of award or acquisition strategy. Responses must be received by 4:00 PM EST on July 21, 2011, via email or fax to the Contracting Officer at Marjean.Litzenberg@va.gov FAX (260) 460-1335. PLEASE REFERENCE "SOURCES SOUGHT: 583-10-106, GI Upgrade- Controls, Testing and Balancing" IN THE SUBJECT LINE. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. The formal solicitation will be issued at a later date. Interested firms will be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to http://www.fbo.gov. This is the only official site these documents will be posted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANIHCS610A4/VHNIHCS610A4/VA25111IB0124/listing.html)
 
Document(s)
Attachment
 
File Name: VA-251-11-IB-0124 VA-251-11-IB-0124_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=219316&FileName=VA-251-11-IB-0124-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=219316&FileName=VA-251-11-IB-0124-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Richard L Roudebush VA Medical Center;1481 W 10th Street;Indianapolis, IN
Zip Code: 46202
 
Record
SN02500707-W 20110717/110715235556-58f0a0ba1c0ac1b38033a3228c9b6e4f (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.