Rhode Island Bids > Bid Detail

B599--650-24-103: Central Chiller Plant Study

Agency:
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159765359604893
Posted Date: Nov 9, 2023
Due Date: Nov 28, 2023
Source: https://sam.gov/opp/5cbe1c1176...
Follow
B599--650-24-103: Central Chiller Plant Study
Active
Contract Opportunity
Notice ID
36C24124R0019
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 09, 2023 02:07 pm EST
  • Original Published Date: Nov 09, 2023 01:54 pm EST
  • Updated Response Date: Nov 28, 2023 02:30 pm EST
  • Original Response Date: Nov 10, 2023 02:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 17, 2024
  • Original Inactive Date: Feb 17, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: B599 - SPECIAL STUDIES/ANALYSIS- OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    VAMC Providence RI ,
Description

SOURCES SOUGHT: The VA Providence Healthcare System (VAPHS), 830 Chalkstone Avenue, Providence, RI 02908, has a requirement for a Firm Fixed Price (FFP) Contract, for Architect/Engineer (A/E) Professional Engineering Services. A/E Services are only for Investigative and Survey Services. There are no requirements for design or construction period services for this project.

BACKGROUND: The Providence VA Medical Center was constructed in 1947 and opened to patients in 1949. The medical center has undergone continuous improvement and modernization throughout its history and over the years has added numerous HVAC systems to various locations throughout Building 1, the main hospital. Generally, when designing HVAC systems for a particular section of the hospital, the approach taken by most A/E firms has been to locate mechanical equipment associated with a new system as close to the location of the HVAC service for any given project as possible. Over the years this has created a multitude of various types and sizes of chillers for required chilled water HVAC systems from various manufacturers located on the roofs, in the basements, and at grade around Building 1. This has resulted in valuable rooftop and expansion space being used up, excessive energy usage, operational inefficiencies powering numerous chillers for separate HVAC systems, and a high maintenance demand in servicing and repairing numerous types and sizes of chillers from various manufacturers.

GENERAL SCOPE OF WORK: Architect/Engineer (A/E) Professional Engineering Services are needed to perform Investigative and Survey Services in order to develop a Central Chiller Plant Study, for various HVAC Chiller system throughout Building 1, Providence Healthcare System (VAPHS). The Providence VAMC now seeks to centralize the location and consolidate these separate chillers serving Building 1 by providing one central chiller plant and combining the chilled water systems of numerous, separate HVAC systems into this one centralized chiller plant. The Architect/Engineer (A/E) shall provide professional services and furnish all management, supervision, labor, material, equipment, and related services in accordance with the Statement of Work (SOW) required to perform a detailed, comprehensive, all-inclusive study considering all factors affecting the construction and installation of a turn-key central chiller plant. Refer to the attached Scope of Work for details of full requirement.

DISCLAIMER: This Notice is issued solely for market research and planning purposes only and does not constitute a solicitation. All information submitted in response to this Notice will be marked as proprietary and will be handled accordingly, in accordance with FAR 15.201 - Exchanges with industry before receipt of proposals.

Responses to this notice are not offers and offers/proposals will not be accepted by the Government at this time (for forming a binding contract). Responders are solely responsible for all expenses associated with responding to this notice. Do not submit any pricing information in response to this Notice

NAICS: The NAICS code for this Project is 541330 (Engineering Services), Small Business size standard is $25.5 million.

MAGNITUDE OF CONSTRUCTION: is between $250,000 and $500,000.

RESPONSE INFORMATION: The information below is requested from Firms who are interested in responding to this Sources Sought Notice. Please DO NOT submit any Cost or Pricing information with your Firm s Statement of Interest response.

STATEMENT OF INTEREST: Interested and qualified SDVOSB, VOSB, and/or SB Firms must indicate their interest by submitting a brief written Statement of Interest or capability statement.
Submit a statement of interest or capability statement that your Firm intends to submit a proposal in response to a solicitation for this project and include your Firm s SAM UEI.

The statement of interest must provide clear and specific information that describes your Firm s experience in A/E Professional Services performing the type of investigative services described in the attached Scope of Work. Statement of interest can be brief and up to three (3) pages.

Statement of interest should briefly describe at least three contracts and/or Task Orders similar in size, scope, and complexity as requirements described in the attached Scope of Work; also provide the total dollar amounts for each of those contracts or Task Orders (no photographs or drawings are needed at this time).

Provide Firm s intent and ability to perform 50% of the requirement in accordance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Clause.

Interested Firms must be registered in the System for Award Management (SAM). Interested Firms can register at https://www.sam.gov/content/home. SDVOSB and VOSB firms must be certified by the Center for Veteran Enterprises (CVE) under NAICS 541330.
DUE DATE: Interested and Qualified firms should submit statements of interest or capability statements for this Sources Sought Notice by November 28, 2023, by 14:30 EDT, to Contract Specialist Pearl Wray at pearl.wray@va.gov.
ATTACHMENT:
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >