SOURCES SOUGHT
RECOVERY 99 -- "RECOVERY ACT ACQUISITION" Geo-Thermal Feasibility, Environmental Assessment and Drilling
- Notice Date
- 4/29/2009
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs, VA National Energy Business Center, VA National Energy Business Center, Department of Veterans Affairs;National Energy Business Center 001E(B);10000 Brecksville Road;Brecksville OH 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-776-09-RA-0112
- Response Due
- 5/7/2009
- Archive Date
- 7/6/2009
- Point of Contact
- Shaun McWeeny<br />
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice (SS) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is seeking interested sources (contractors) to conduct the following tasks at various VA Medical Centers specified below: 1.Perform a technical and economic feasibility assessment to evaluate the potential opportunities and obstacles for installing a direct Geo-Thermal system for the specified area(s). 2.If the feasibility study above is successful for the specified area(s) an Environmental Assessment (EA) [Pursuant the National Environmental Policy Act (NEPA)] must be subsequently completed to evaluate the potential direct, indirect, and cumulative impacts on environmental and land use resources of a direct use Geo-Thermal System. 3.Drill a test well for the specified area(s) that could be useful for either further development of a direct use geothermal well (supply or injection), or conversion to a heat pump system supply well. It is critical to have the test well constructed as if it were going to be used as a functioning direct use geothermal well. *Please note the Government anticipates including all three (3) of the above tasks in the solicitation, if issued.* The VA requires the above tasks at the following VA locations: 1.Sacramento, CA 2.Vallejo, CA 3.Martinez, (OPC) 4.San Francisco, CA 5.Boise, ID 6.Fort Harrison, MT 7.Salt Lake, UT NAICS 237110 (size standard $33.5 million) applies Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOps at web site https://www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto. SUBMITTAL INFORMATION: All responses must include the following information: Company name and address, Cage code, Dunn & Bradstreet number, Point-of-Contact name, phone number, fax number, and email address. The subject line of the correspondence should clearly display the SS number. Also please provide the following information in your response; a. What type of work has your company performed in the past in support of the same or similar requirements? List no more than 5 (five) contracts that your company has performed as a prime contractor, a sub-contractor, or as a project manager supervising other contractors that have performed similar requirements. Please identify number of years in business; affiliate information: parent company, joint venture partners, and potential teaming partners. b. Respondents shall provide the companies resumes for key personal that would be involved in the project. c. Did the contract contain ISO requirements or similar type of controlled environment? d. What specific technical skills does your company possess which ensure capability to perform the described tasks? e. Provide an explanation of your company's ability to perform at least 50% of the work with company resources versus support from subcontractors. f. Provide a hypothetical project schedule to include all relevant deliverables, site visits, tasks and a timeline required to perform identified tasks. Please include process for Environmental Impact Statement (EIS) and Finding of No Significant Impact (FONSI) statements in the schedules. g. Provide company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.) It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12 point font minimum that addresses the above information. Submissions (responses) shall be received by no later than May 7, 2009 at 3:30 P.M., Eastern Standard Time. At this time, no solicitation exists. Therefore, DO NOT REQUEST A SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail only to the primary point of contact listed below. No phone calls will be accepted. Contracting Office Address: VA National Energy Business Center (VA NEBC) 10000 Brecksville Rd. ATTN: 001E(B) Brecksville, OH 44141 Primary Point of Contact: Shaun McWeeny, Contract Specialist E-Mail: shaun.mcweeny@va.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55dfaca8a9230096debcdddeccd1d152&tab=core&_cview=1)
- Place of Performance
- Address: *see description*<br />
- Zip Code: *<br />
- Zip Code: *<br />
- Record
- SN01805480-W 20090501/090429223748-55dfaca8a9230096debcdddeccd1d152 (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 |