Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
DOCUMENT

Y -- Geothermal Magnetotelluric (MT) Study and Test Well Drilling at Bosie ID. - Attachment

Notice Date
5/18/2011
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70111RP0291
 
Response Due
5/31/2011
 
Archive Date
8/29/2011
 
Point of Contact
Charles M. Auker
 
E-Mail Address
ional
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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 to perform a Geothermal Magnetotelluric (MT) Study and Test Well at Boise VA Medical Center, Boise ID. The contractor shall furnish all labor, materials, equipment, supplies, and travel necessary to perform this contract. This project includes, but is not limited to, MT Study, drilling, geothermal testing, reports and recommendations. FacilityAddress Boise VA Medical Center500 West Fort Street Boise, ID 83702 1. The Department of Veterans Affairs National Energy Business Center (VA-NEBC) is seeking interested sources (contractors) for a near-future solicitation and procurement to perform a geothermal Magnetotelluric (MT) Study and Test Well at Boise VA Medical Center located in Boise, Idaho. The solicitation will be issued as a "Request for Proposal" (RFP) posted to FBO (www.fbo.gov) conducted in accordance with FAR Parts 15, 19 and 36, and evaluated in accordance with the procedures therein. The solicitation will be a 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) as described in government-wide numbered note #29. The applicable NAICS code is 237110 with a size standard of $33.5 million. The solicitation will be issued on or about Monday May 31, 2011, and proposals will be due approximately 30 calendar days thereafter. Proposals shall be submitted to the VA, NEBC at 4141 Rockside Road, Suite 110, Seven Hills, OH 44131. The completion of this project shall not exceed 180 calendar days from Notice to Proceed. This notice is issued as information only, and is not a request for competitive offers. Magnitude of Construction is expected to be between $1,000,000 and $2,500,000. The point of contact is Charles M. Auker, who can be reached by e-mail at charles.auker@va.gov. Questions may be submitted by e-mail to the above point of contact. Telephone calls will not be accepted. The VA, NEBC reserves the right to use only FBO to provide notification of any amendments to this RFP. It is the contractor's responsibility to view the FBO website daily for any amendments to the RFP. Relevant facility information that is available will be provided when the RFQ is issued. The offeror shall provide all data and analysis, design services and support services for obtaining required permits, training, labor materials, tools, equipment and supervision to accomplish this project. The design and installation of this project is expected to be between 210 and 365 calendar days from Notice to Proceed. applicable. The project should meet VA design standards which can be found at (http://www.cfm.va.gov/til/spec.asp) where applicable. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the evaluation. ADMINISTRATIVE / MISCELLANEOUS: This contract is being procured in accordance with FAR Parts 15, 19, and 36. This project is planned for advertising in June 2011. The magnitude of construction is between $1,000,000.00 and $2,500,000.00. The North American Industry Classification System (NAICS) code 237110 applies to this procurement. 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. This response must be submitted as a single application-generated (not scanned), searchable PDF document that is less than or equal to 5MB in size. 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. The solicitation will be a 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) as described in government-wide numbered note #29. The applicable NAICS code is 237110.The solicitation will be issued on or about June 30, 2011, and proposals will be due approximately 30 calendar days thereafter. Proposals shall be submitted to the VA, NEBC at 4141 Rockside Road, Suite 110, Seven Hills, OH 44131. The completion of this project shall not exceed 180 calendar days from Notice to Proceed. 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, proceed with full and open competition as other than small business or procure from another source. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is issued it will be synopsized in FedBizOpps at https://www.fbo.gov or posted to GSA eBuy at https://www.gsaadvantage.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Submissions (responses) shall be submitted via email to the primary point of contact listed below by May 31, 2011 at 4:00 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: Charles M. Auker, Contract Specialist E-Mail: charles.auker@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7607587de429fcdc7e3b09604e46ee05)
 
Document(s)
Attachment
 
File Name: VA-701-11-RP-0291 VA-701-11-RP-0291_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201657&FileName=VA-701-11-RP-0291-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201657&FileName=VA-701-11-RP-0291-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Boise VA Medical Center;500 West Fort Street;Bosie, ID
Zip Code: 83702
 
Record
SN02451609-W 20110520/110518235339-7607587de429fcdc7e3b09604e46ee05 (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.