DOCUMENT
Y -- ATES Test Drilling Chillicothe/Columbus - Attachment
- Notice Date
- 3/4/2013
- Notice Type
- Attachment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70113R0095
- Response Due
- 3/19/2013
- Archive Date
- 6/17/2013
- Point of Contact
- Steven Grzybowski
- E-Mail Address
-
7-8300
- 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 National Energy Business Center, 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, we have undertaken a Feasibility Study of an Aquifer Thermal Energy Storage System (ATES) at the Chillicothe VA Medical Center, Chillicothe, Ohio and the Columbus VA Medical Center, Columbus, Ohio. FacilityAddress Chillicothe VA Medical Center17273 State Route 104 Chillicothe, OH 45601 Columbus VA Medical Center420 North James Road Columbus, OH 43219 The Department of Veterans Affairs National Energy Business Center (VA-NEBC) Program Contracting Activity Central (PCAC) is seeking interested sources (contractors) for a near-future solicitation and procurement. In order to complete the Feasibility Study we are now seeking potential sources for hydro-geologic investigations which will be used to characterize subsurface conditions, particularly regarding the stratigraphy, geometry, transmissivity, well yields, hydraulic gradient and water chemistry within the aquifers at the respective sites. To meet these objectives the hydro-geologic investigations will involve the following activities: "project planning, including health and safety planning, underground utility identification and avoidance, well water management planning and procurement of applicable permits and approvals; "drilling borings to characterize aquifer thickness and stratigraphy; "installing observation wells in the borings to allow measurement of groundwater elevation, temperature and collection of groundwater samples prior to ATES design and to serve as future monitoring points after ATES implementation; "installing test production wells that will be used for pumping tests from which aquifer hydraulic properties will be estimated; "surveying and gauging of all wells to facilitate preparation of groundwater contour maps from which hydraulic gradient, an important parameter in ATES feasibility evaluation, will be calculated; "performing slug tests and pumping tests from which aquifer hydraulic properties will be calculated; "collecting and analyzing groundwater samples for geochemical ATES evaluation; "performing a camera survey and collecting representative groundwater samples from the two existing production wells in Chillicothe to evaluate their potential for re-use as ATES warm wells; "performing site restoration activities upon completion of the work; and "preparing a report to include the as built data of the observation and test production wells as well as the results of the measurements and calculations, and recommended sustainable ATES design flow rates. The contractor shall furnish all materials and labor to fulfill the above objectives. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto so it is in the interest of small businesses to respond to this notice if they feel that they are capable of meeting the requirements of this project. ADMINISTRATIVE / MISCELLANEOUS: This contract is being procured in accordance with FAR Parts 15, 19, and 36. This project is planned for advertising in April 2013. The North American Industry Classification System (NAICS) code 237110 (size standard $33.5 million) applies to this procurement. If you feel another NAICS code would be more appropriate for this project please state which and why. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than three (3) 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, 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. It will help to determine whether there are sufficient small businesses available capable of meeting the requirements. This notice is for information and planning purposes only. 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 March 19, 2013 at 12:00 P.M., Eastern Standard Time (EST); No phone calls will be accepted. Contracting Office Address: VA National Energy Business Center (VA-NEBC) 6150 Oak Tree Blvd., Suite 300 Independence, 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/14444664d9f4824cf3a8dc9437345781)
- Document(s)
- Attachment
- File Name: VA701-13-R-0095 VA701-13-R-0095 SS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=643213&FileName=VA701-13-R-0095-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=643213&FileName=VA701-13-R-0095-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-13-R-0095 VA701-13-R-0095 SS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=643213&FileName=VA701-13-R-0095-000.docx)
- Record
- SN03002727-W 20130306/130305114123-14444664d9f4824cf3a8dc9437345781 (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 |