Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
DOCUMENT

Y -- Atlanta CHP Plant Construction - Attachment

Notice Date
3/12/2014
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication 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
VA70114I0141
 
Response Due
3/21/2014
 
Archive Date
5/20/2014
 
Point of Contact
Don Marsh
 
E-Mail Address
Contract Specialist
(donald.marsh2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: INTRODUCTION: 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). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the construction of a Combined Heat and Power (CHP) Plant at the Atlanta, GA VA Medical Center (VAMC). PROJECT DESCRIPTION: In an effort to improve energy efficiency and reduce energy consumption, the Department of Veterans Affairs has commissioned the design and construction of a Combined Heat and Power (CHP) and New Steam Generation Plant at the Atlanta VA Medical Center (VAMC) in Decatur, DeKalb County, Georgia. The CHP Plant will include three nominal 2.6 megawatt natural-gas fired, spark ignition engine generator sets. Planned facility upgrades also include replacement of the three (3) existing boilers with four (4) new dual-fired, fire tube boilers and a new control room housed in an existing portion of the Facility. Three generator sets units will provide new, reliable, and efficient sources of electrical generation and steam for the VAMC. In addition, operation of the CHP will reduce emission levels of carbon dioxide (CO2) and greenhouse gases when compared to conventional means of power generation and distribution. The generators will be equipped with air emissions control, critical grade mufflers, heat recovery equipment to meet the requirements of a non-attainment area within the metropolitan Atlanta area, to attenuate noise as well as to maximize energy recovery. The project will consist of a new ~24,600 square foot standalone building for the installation of three generator sets, emissions treatment systems, associated mechanical and electrical systems, and support areas. The structure will consist of a four story building for the CHP Plant with the ground level housing the generator sets as well as an associated single-story, high-bay structure. The first level will accommodate the air emissions control equipment and the electrical switch gear. The second level will contain the SCR chambers and air handling equipment. The third level will house the heat recovery steam generators and other plant equipment. Roof mounted equipment will include remote radiators and ventilation intake hoods. New controls systems will integrate the new CHP plant and new boilers into the facilities existing systems. Primary generator power will be provided to the VAMC through new 20 kV tie-ins within the existing electrical vault with the existing main power service from the utility company being rearranged to accommodate the parallel connections. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach. The anticipated solicitation will be issued as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering only price and the price-related factors included in the IFB. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, in any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in late April 2014. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00. The North American Industry Classification System (NAICS) code 237130 (size standard $33.5 million) applies to this procurement. The duration of the project is currently estimated at 540 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. 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 five (5) years that are of comparable size, complexity, and scope to this requirement. Please include the following information at a minimum: A.Project Name; B.Project Scope; C.Project Size (i.e. Electricity Produced (kW)); D.Building Use (e.g. Medical Facility, Office Building, etc.); E.Project Relevance; F.Project Dollar Value; G.Start and Completion Dates; H.Project owner and contact information as this person may be contacted for further information; I.Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **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 one (1) page each for key personnel that would be involved in the project and their respective roles. 4.Provide company business size based on NAICS code 237130. Also, provide business type (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) PDF document that is less than or equal to 4MB 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 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 to Set-Aside for the Small Business community or to conduct as an Other Than Small Business Procurement. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. 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 March 21, 2014 at 2:00 PM (EDT). No phone calls will be accepted. POC: Donald Marsh Contract Specialist Donald.marsh2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e24c9774b9c81c0b00a4f7b3103c2ebe)
 
Document(s)
Attachment
 
File Name: VA701-14-I-0141 VA701-14-I-0141 ATLANTA CHP.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1249828&FileName=VA701-14-I-0141-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1249828&FileName=VA701-14-I-0141-000.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: Atlanta VA Medical Center;1670 Clairmont Road;Decatur, GA
Zip Code: 30033
 
Record
SN03309067-W 20140314/140312235231-e24c9774b9c81c0b00a4f7b3103c2ebe (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.