DOCUMENT
C -- 537-11-153, Upgrade Emergency Power Distribution System in Buildings 11A, 11B, 30 (AE) - Attachment
- Notice Date
- 2/5/2013
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D13R0529
- Response Due
- 3/11/2013
- Archive Date
- 6/9/2013
- Point of Contact
- Jeffrey C Gerbensky
- E-Mail Address
-
4-4881<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR SF 330's - Emergency Power Distribution Bldgs 11A, 11B, & 30 1.This is a request for Standard Form 330, not a request for proposal. VA is looking for firms to provide professional architectural and engineering design services for a new building infill/addition and changes to the major power distribution systems for Bldgs 11A, 11B, & 30 at Jesse Brown VA Medical Center, 820 S. Damen Avenue, Chicago IL 60612. 2.Firms that wish to respond to this request must be Service Disabled-Veteran-Owned Small Businesses (SDVOSB) with an active, current verification on file with the Center for Veterans Enterprise (CVE). The contracting officer will check a firm's SDVOSB status by searching for the firm by name and/or DUNS number in CVE's online database at vetbiz.gov. Only firms recognized in the VetBiz system as a CVE verified SDVOSBs at time of receipt of SF 330's will be considered. 3.This request is further restricted to firms registered in CCR (SAM) as doing business under NAICS code 541330 ($14,000,000.00 small business size standard). 4.Firms shall tailor their SF330 package to the following requirement: Provide Architectural/Engineering design services as well as construction period services for a 4 floor infill/addition of approximately 6,800sf on top of the existing one story substation room in building 11B. A concept design has been prepared by exp US Services Teng & Associates, Inc. and will be provided by the government. A/E must ensure that the concept design is acceptable and will meet all applicable codes and standards and recommend any upgrades/modifications to improve the concept, if any. A new normal power unit substation and Normal power Medium Voltage switchgear shall be located within the infill and shall be connected to the existing switchgear in building 21 and will have 4160V input. A new Emergency power unit substation shall be located within the infill and shall be connected to the Emergency Distribution Plant and will have 4160V input. New Automatic Transfer switches shall be located in within the infill. Secondary feeders and transformers shall be provided in dedicated fire rated space within the infill to provide service for new normal, life safety, critical and equipment risers inside buildings 11A and 11B. A/E shall study and verify all existing conditions, dimensions, cad files and as builts. Provide access to the new infill through the corridors of the existing building as show in the concept design. The exterior cladding of the building shall be masonry to match the existing building. If this is not possible, A/E shall design a curtain wall design. Fenestrations shall be provided in the form of removable louvers and shall allow for the installation and removal of oversized electrical equipment directly to the exterior of the building. The current abandoned basement electrical room in building 11B shall be re-purposed to house the automatic transfer switch equipment as proposed in the concept design. A/E shall redesign any and all components of the basement to ensure that all applicable codes and standards are met including, but not limited to, egress, fire protection, equipment clearances etc. A/E shall design an alternate stairwell, as the current stairwell no longer meets the requirements as a means of egress, to serve the new and existing basement areas. Ensure that all existing means of egress meet all codes and standards and is responsible to redesign any and all components of the hospital to accomplish this. All services provided in the SOW shall meet local, state, federal, VA, DOD/DON, ADA, NFPA, Life safety codes, and MIL-HDBK-1191 directives and code requirements. Develop standard construction documents for bidding and construction by a qualified contractor. Provide construction administration. 5.Area of consideration is restricted to a 500 miles radius around the Jesse Brown VA Medical Center, 820 S. Damen Avenue, Chicago IL 60612. Responses received from firms located outside the 500 mile radius may receive a lower rating during the evaluation process (item 6(i) below). 6.Qualifications of responding firms should include but not limited to: specialized experience and technical competence of the firm with the specific type of services required and specific experience and qualifications of personnel proposed for assignment to the project. 7.The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10 Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. The AE firm must be able to perform 50% of the cost of the contract performance which shall be performed by the employees of the firm. 8.Selection criteria for this will be based on the following in descending order of importance: a.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of design services required b.Specific experience and qualifications of personnel proposed for assignment to the project c.Past record of performance on Contracts with the Department of Veterans' Affairs d.Professional capacity of the firm in the designated geographic area of the project to perform work e.Maintaining project schedules and project budgets f.Knowledge in design and construction requirements g.Cost control effectiveness and estimating accuracy h.CVE verified Service Disabled Veteran Owned Small Business (SDVOSB) i.Location and Facilities of Working Offices j.OSHA Safety Record k.Awards l.Insurance and Litigation 9.A/E firms, which meet the requirements listed in this announcement, are invited to submit one (1) original hard copy and one (1) electronic copy of the completed Standard Form (SF) 330 no later than noon (12:00 PM) CST, March 11, 2013. Packages are to be sent to: Department of Veterans Affairs Great Lakes Acquisition Center ATTN: Jeffrey Gerbensky, CS 115 S. 84th St., Suite 101 Milwaukee, WI 53214-1476 Jeffrey.gerbensky@va.gov 10.No bid packages are available. This is NOT a Request for Proposal (RFP). Cost Range $500,000.00 - $1,000,000.00. Your submittals will be evaluated per section 6 above and the top three (3) rated firms will be contacted for interviews. Only one (1) firm will be selected for award of this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13R0529/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-13-R-0529 VA69D-13-R-0529.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608167&FileName=VA69D-13-R-0529-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608167&FileName=VA69D-13-R-0529-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-13-R-0529 VA69D-13-R-0529.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608167&FileName=VA69D-13-R-0529-000.docx)
- Place of Performance
- Address: JESSE BROWN VA MEDICAL CENTER;820 S. DAMEN AVENUE;CHICAGO, IL
- Zip Code: 60612-4223
- Zip Code: 60612-4223
- Record
- SN02979329-W 20130207/130205233935-d3670e0937b39e3261230ae4e6f13137 (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 |