Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
DOCUMENT

R -- PF for VISN 8 ESPC West Palm Beach and VISN 8 ESPC Gainesville/Bay Pines/Lake City - Attachment

Notice Date
1/27/2015
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70115N0075
 
Response Due
2/10/2015
 
Archive Date
5/20/2015
 
Point of Contact
Samantha Mihaila
 
E-Mail Address
POC
(Samantha.Mihaila@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 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 VA Program Contracting Activity Central (PCAC)- is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified Department of Energy Certified Project Facilitators firms or individuals having the capability for the efforts listed below. No formal solicitation for this work exists at this time The principal components of work required for a Project Facilitator is to provide assistance for Energy Savings Performance Contracts. The contractor will be required to assist the Department of Veterans Affairs (VA) Acquisition Team (Contracting Officer, VISN Energy Manager, and Program office) during the acquisition process. This will allow for consistent development of project planning for energy savings projects and to assist in completing checklists and guides for activities that must be considered in any project. The main thrust for the PF is to insure proactive consideration of the activities necessary for a successful and timely project completion. The contractor shall be required to provide all services indicated below. "Evaluate all benchmarks in energy and water consumption at the sites "Recommend revisions to current energy and water consumption data "validate the ECM investment initiatives that are being considered for the performance contract and the resulting energy and water savings "Analyze all available information to ensure the contractors have met the terms and conditions as outlined in the base contract for energy and water saving. "Project submittal review - all project submittals to be reviewed with a recommendation for approval or disapproval, including comments and suggestions as required to meet the overall project goals and objectives. "Project submittal review - all project submittals to be reviewed with a recommendation for approval or disapproval, including comments and suggestions as required to meet the overall project goals and objectives. "Periodic design review - participate in all project review meetings. These meetings may be weekly or semi-weekly meetings for In Process Review (IPR) meetings and formal 30%, 60%, 90% and 100% design review meetings. "Provide specific Technical Support and subject expertise for technologies such as: Boiler Installations (i.e. Bio-mass boiler, Distributed Steam system and new boilers) Combined heat and power installations renewable energy installations (e.g. solar, wind, geothermal). "Provide review on M&V Plans for each ECM in the project and provide technical support to the VISN and Facility Energy Management team, ensuring proper measurement, minimizing M&V costs and applicability for each site and condition. Use the DOE Federal Energy Management Program's "Reviewing Measurement & Verification Plans for Federal ESPC Projects" to document the review and acceptance of the M&V Plan. Contractor will post his or her written response no later than 15 calendar days after receipt of the M&V Report to the secure website provided by the Contracting Officer so that the Contracting Officer's Representative (COR) can review, amend and approve. "Tracking and coordinating the acceptance of all ECMs. Each ECM at each site will require formal acceptance by VA. Contractor shall track ECM for completion and final acceptance by VA. Organize project files for each facility to ensure that all VA documents are in order. Use the DOE Federal Energy Management Program's "Reviewing Post-Installation and Annual Reports for Federal ESPC Projects" to document the review and acceptance of the Post-Installation Report. Contractor will post his or her written response no later than 30 calendar days after receipt of the M&V Report to the secure website provided by the Contracting Officer so that the COR can review, amend and approve. "Provide review of the ESCO's or utility's M&V reports with analysis of the report to help verify that the ECMs are performing per the guarantee and, where applicable, providing input on payment adjustment factors to the ESCO or utility. "Use the DOE Federal Energy Management Program's "Reviewing Post-Installation and Annual Reports for Federal ESPC Projects" to document the review and acceptance of the Annual M&V Report. Contractor will post his or her written response no later than 30 calendar days after receipt of the M&V Report to the secure website provided by the Contracting Officer so that the COR can review, amend and approve. "Review all relevant M&V reports submitted within three years of the award of a Task Order. There may be two options to extend, each option for one additional year of report review. The proposed contract will be a firm fixed-price construction contract. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 541330 Engineering Services. The small business size standard for NAICS Code 541330 is 15,000,000. Program Contracting Activity Central is seeking responsible sources having capabilities to perform the work. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted. CAPABILITY STATEMENT: Capability statements are to be submitted not later than February 10, 2015. The capabilities package submitted should demonstrate the firm's experience and capability to perform the principal components of work provided below. Packages should include the following information: (1) Provide business name, address, business size and type (8(a), HUBZone, Service Disabled Veteran, Small Business,.), and point of contact to include e-mail address and telephone number. (2) Provide the name of the individual/individuals that are Project Facilitators. These individuals must be Department of Energy Certified Project Facilitators. (3)Demonstrate the firm's experience by providing a list of projects completed which included work performed as a Project Facilitator. Identify if any or all project(s) were completed by the PF, firm, or together. 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 The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors. This is not a request for proposals and is not to be construed as a commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this notice. All responses to this sources sought notice shall be provided to Samantha Mihaila, Contract Specialist, 6150 Rockside Road, Independence, Ohio 44131,by February 10, 2015 at 2:00pm Eastern Standard Time(EST) via e-mail Samantha.Mihaila@va.gov: No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/acf49cc6191e4178c2004d621f85de53)
 
Document(s)
Attachment
 
File Name: VA701-15-N-0075 VA701-15-N-0075.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1832700&FileName=VA701-15-N-0075-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1832700&FileName=VA701-15-N-0075-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03625763-W 20150129/150127234459-acf49cc6191e4178c2004d621f85de53 (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.