Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOURCES SOUGHT

Y -- RECOVERY Y--"RECOVERY ACT ACQUISITION" Construction of Selected ECMs at Prescott, AZ VAMC

Notice Date
1/29/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;National Energy Business Center 001E(B);4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA-776-10-RA-0160
 
Response Due
2/5/2010
 
Archive Date
4/6/2010
 
Point of Contact
Andy Neiss
 
E-Mail Address
Work
(andy.neiss@va.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" this Sources Sought (SS) Notice 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). Requirement: The Department of Veterans Affairs, National Energy Business Center (VA-NEBC) is seeking potential sources to complete the design and construction for the following Energy Conservation Measures (ECMs): 1.Steam generation 2.Solar control for CLC 3.Connecting of building 13 to existing chiller plant currently serving building 155 4.Solar hot water heating A 35% design package and SOW completed by an A/E firm will be provided as part of the solicitation. The VA-NEBC may choose to only solicit for some of the above ECMs to be implemented. This project will take place at the Northern Arizona VA Health Care System, part of Veterans Integrated Service Network (VISN) 18, and located at 500 N. Hwy 89, Prescott, AZ 86313. It is the goal of the VA-NEBC to perform this requirement as a design-build construction contract. The target date for an award to be made is June 2010. NAICS 236220 (size standard $33.5 million) applies Submittal Information Required: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than five (5) contracts that your company has performed as a prime contractor for this same or similar requirement and of comparable size, complexity and scope in the last three (3) years. Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., medical facility), start and completion dates, and the project owners' contact information, as this person may be contacted for further information. 2.Please identify your company's number of years in business, affiliate information, parent company, and joint venture partners. 3.Respondents shall provide the company's resumes, not to exceed two (2) pages each for key personnel that would be involved in the project, and their respective roles. 4.Provide company business size, as designated by the NAICS association and the U.S. Small Business Administration, and status (i.e. large business, small business, service-disabled veteran-owned small business, small disadvantaged business, woman-owned small business, hub zone small business, etc.). 5.Provide the prime contractor's available bonding capacity in calendar year 2010. Please include a letter of intent from your bonding company with this submission to specifically address bonding for design-build, if possible. Please note that the magnitude of construction is expected to be between $1,000,000 and $2,000,000. Please note that the purpose of this sources sought is to identify qualified contractors that would be interested in proposing/bidding on this project. The results from this announcement will assist the VA in making procurement decisions such as set-aside determinations and analyzing company experience/capability to perform design-build construction. It is requested that interested contractors submit a response (electronic submission) of no more than five (5) pages in length, single spaced, 12 point font minimum, that address the above information. Please note that hard copies will not be accepted. Please also include a cover page which includes, at a minimum, the company's name, address, Dun & Bradstreet number, socio-economic status, point of contact, phone number and email address. Responses must include the sources sought number and project title in the subject line of their email response. Submissions (responses) must be received no later than February 5, 2010 at 4:30 p.m., Eastern Standard Time (EST). 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 requests a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site 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. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an email 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) 4141 Rockside Road, Suite 110 Seven Hills, OH 44131 Primary Point of Contact: Andy Neiss, Contract Specialist Email: andy.neiss@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6872d8a5932adbc21c5a5b6abf67b4a3)
 
Place of Performance
Address: Northern Arizona VA Health Care System;500 N. Hwy 89;Prescott, AZ 86313
Zip Code: 86313
 
Record
SN02053697-W 20100131/100130000132-6872d8a5932adbc21c5a5b6abf67b4a3 (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.