Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
DOCUMENT

Y -- Construct D/B Wind Turbine Cheyenne VAMC - Attachment

Notice Date
3/18/2011
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70111RP0116
 
Response Due
7/29/2011
 
Archive Date
10/27/2011
 
Point of Contact
Steven Grzybowski
 
E-Mail Address
ct
 
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 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, Program Contracting Activity Central (PCAC) is seeking to fulfill the mandated federal agency energy management requirements of increasing renewable energy consumption as stated in the Energy Policy Act of 2005 (EPAct 2005), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy and Transportation Management," and EO 13514, "Federal Leadership in Environmental, Energy, and Economic Performance." In concert with these requirements, PCAC is seeking potential sources for the Design-Build of a Wind Turbine Electric Generating System at the following site: FacilityAddress Cheyenne VA Medical Center2360 E. Pershing Blvd. Cheyenne, WY 82001 The VA is seeking a "Turn-Key" procurement, which will include all work. The VA will not accept any offers that disclaim parts of the required work to make the unit complete and ready for use. A Feasibility Study for a wind turbine installation project at the site has been completed and will be provided in the RFP when issued. The offeror is to provide all anemometry studies, data and analysis, design services and support services for obtaining required permits, trainings, labor materials, tools, equipment and supervision to accomplish this project. The design and installation of this project shall not exceed 540 days from Notice to Proceed. The performance objectives of the project are: a. The wind turbine shall have a rated capacity between 50 kW and 150 kW. b. Anemometrical / wind data will be measured or obtained by the contractor. The work will include the following items but is not limited to: wind turbine, tower, foundation, necessary devices and connections between the wind turbine and main electrical service of the facility, coordination with utility provider, advanced electrical metering for reporting (instantaneous and recording) performance and power production produced by the wind system, testing, balancing and commissioning of the wind energy system, and pre-solicitation site visits. The system is expected to operate on the customer side of the meter, but allow for possible exporting of power to the electric utility with net metering. Contractor will try to utilize green building materials where applicable. The project should meet VA design standards (http://www.va.gov/facmgt/standard/) wherever applicable. ADMINISTRATIVE / MISCELLANEOUS: This contract is being procured in accordance with FAR Parts 15, 19, and 36. This project is planned for advertising in April 2011. In accordance with VAAR 836.204, the magnitude of construction is between $500,000.00 and $1,000,000.00. The North American Industry Classification System (NAICS) code 237130 (size standard $33.5 million) applies to this procurement. This project will not allow a Fast Track process (design and construction allowed to progress as parallel activities). No construction may be started until the Government reviews the Final Design submission and determines it satisfactory for purposes of beginning construction. CAPABILITY STATEMENT: 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 within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Describe your Self-Performed** effort (as either a Prime or Subcontractor). 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. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 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 and status as designated by the NAICS and the U.S. Small Business Administration (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 5.Provide the prime contractor's available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than 10 pages in length, single-spaced, 12 point font minimum that addresses 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 name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. 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 8(a), Certified HUB Zone, and other small business. The capabilities will be evaluated solely for the purpose of determining whether 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 Capabilities Statement for this Sources Sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. 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 FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Submissions (responses) shall be submitted via email to the primary point of contact listed below by April 4, 2011 at 12:00 P.M., Eastern Standard Time (EST); No phone calls will be accepted. Contracting Office Address: VA Program Contracting Activity Central (PCAC) 4141 Rockside Road, Suite 110 Seven Hills, OH 44131 Primary Point of Contact: Steven Grzybowski, Contract Specialist E-Mail: steven.grzybowski@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9682d14054de8a10f496931df0978004)
 
Document(s)
Attachment
 
File Name: VA-701-11-RP-0116 VA-701-11-RP-0116.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=184401&FileName=VA-701-11-RP-0116-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=184401&FileName=VA-701-11-RP-0116-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02404446-W 20110320/110318234516-9682d14054de8a10f496931df0978004 (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.