Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
DOCUMENT

Y -- Energy Savings Performance Contract (ESPC) VISN 16 Request for Information (RFI) - Attachment

Notice Date
4/12/2017
 
Notice Type
Attachment
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
Adeitra Jimmison;Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117N0060
 
Archive Date
4/26/2017
 
Point of Contact
Timothy Novitsky
 
Small Business Set-Aside
N/A
 
Description
VETERANS INTEGRATED SERVICE NETWORK 16 ENERGY SAVINGS PERFORMANCE CONTRACT REQUEST FOR INFORMATION (RFI) Issue Date: April 12, 2017 Response Due Date: 1:00 PM EST on Wednesday, April 26, 2017. Primary method of your company s response should be submitted on the Federal Business Opportunities (FBO) Portal. E-mail: Communicate directly with Timothy Novitsky, Contract Specialist at Timothy.Novitsky@va.gov and Adeitra Jimmison, Contracting Officer by email at Adeitra.Jimmison@va.gov. Please ensure all email correspondences contain V16 RFI Response and your company name in the subject line of the email. All correspondence in this RFI shall be submitted in 11 point type, and not exceed a total of 30 pages. Each page of your attachment(s) in your response counts as a page in total. Issued by: This Request for Information is being issued by the Department of Veteran Affairs (VA), Veterans Health Administration (VHA), Program Contract Activity Central (PCAC), in concert with the Office of Asset Enterprise Management (OAEM) on behalf of VA, VISN 16 Veterans Affairs Medical Centers (VAMCs). RFI Purpose: This RFI is a market research tool to survey the Service Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Business (VOSBs) on the Department of Energy s (DOE) Qualified List of Energy Services Companies (ESCO) for written responses to identify potential sources interested and to demonstrate a company s capability to execute an Energy Savings Performance Contract (ESPC). Requirement Background: ESPCs allow Federal agencies to accomplish energy savings projects without up-front capital costs and without special Congressional appropriations through third-party financing arrangements. Pursuant to FAR 23.205(c) To solicit and award an ESPC, the Contracting Officer (1) must use the procedures, selection method, and terms and conditions provided in 10 CFR Part 436, Subpart B; at http://www.eren.doe.gov/femp/resources/legislation.html; and (2) Must use the Qualified List of energy service companies established by the Department of Energy and other agencies. The VA has a need to implement Energy Conservation Measures (ECMs) and related capital improvements in two (2) VAMCs within VISN 16. Draft Scope of Work: An ESCO will be selected to design, construct, and install all ECMs as well as implement capital improvements that reduce the consumption, energy usage intensity and other related costs from using energy. The ESCO will design, install, maintain, monitor, and arrange financing of a comprehensive utility and energy services conservation program. Requirements: VA is seeking an ESCO who has demonstrated experience in the following areas: THE TABLE BELOW IDENTIFIED THE TECHNICAL CATEGORIES ENCOMPASSING THE ECMS FOR THE VISN 16 ESPC. TC.1 Boiler Plant Improvements TC.2 Chiller Plant Improvements TC.3 Building Automation Systems (BAS)/Energy Management Control Systems (EMCS) TC.4 Heating, Ventilating, and Air Conditioning TC.5 Lighting Improvements TC.6 Building Envelope Modifications TC.7 Chilled Water, Hot Water, & Steam Distribution Systems TC.8 Electric Motors and Drives TC.10 Distributed Generation [combined heat and power (CHP) ] TC.11 Renewable Energy Systems (Solar PV, solar thermal, geothermal, ground source heat pump) TC.13 Water and Sewer Conservation Systems TC.17 Commissioning Measures TC.18 Advanced Metering Systems TC.19 Appliance/Plug-load reductions TC.20 Other a. Data Center Measures DEMONSTRATED EXPERIENCE IN EXECUTING AND PERFORMING A FEDERAL ESPC TO INCLUDE SUCCESSFULLY ACCOMPLISHING THE FOLLOWING: THIRD PARTY FINANCING ARRANGEMENTS IDENTIFYING ENERGY SAVINGS OPPORTUNITIES AND DEVELOPING PROJECTS FOR TECHNICAL CATEGORIES IDENTIFIED ABOVE A PRELIMINARY ASSESSMENT (PA) AN INVESTMENT GRADE AUDIT (IGA) FOR THE TECHNICAL CATEGORIES IDENTIFIED ABOVE CONSTRUCTION AND COMMISSIONING ANNUAL MEASUREMENT AND VERIFICATION (M&V) UTILIZING MULTIPLE OPTIONS (A, B, C, AND/OR D) POST-ACCEPTANCE SERVICES ENCOMPASSING REPAIR AND REPLACEMENT (R&R) AND OPERATIONS & MAINTENANCE (O&M) Submittal Information: All potential sources are invited to submit, in writing, a capability statement with sufficient information to substantiate your business is reasonably capable of performing the work. The capability statement must clearly demonstrate a business s ability to fulfill the requirement. Submission Contents: The submission shall include: Cover Sheet Company Name Company Address Point of Contact Telephone Number E-mail Address DUNS Number Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,). Specify any teaming arrangements or joint ventures and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company.   Please specify the percentage of work the each company will perform. Refer to VA requirements on Joint Ventures for additional information: http://www.va.gov/osdbu/docs/vapVabJointVentures.pdf. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. CAPABILITIES / QUALIFICATIONS THE WRITTEN RESPONSE MUST PROVIDE CLEAR AND UNAMBIGUOUS EVIDENCE TO SUBSTANTIATE CAPABILITIES IN THE FOLLOWING: PROVIDE 3 OR MORE LETTERS OF COMMITMENT OR LETTERS OF INTEREST FROM LENDERS THAT ARE BASED UPON PROJECT SPECIFIC SCOPE CONSTRAINTS (SIZE, TERM, ECMS, M&V PREFERENCES). - WHEN A SMALL BUSINESS IS PARTNERING WITH A LARGE ESCO TO PROVIDE CREDIT BACKING, THE LARGE ESCO MUST SIGN THESE LETTERS ALONGSIDE THE SMALL BUSINESS. - LETTERS MUST BE PROVIDED BY THE SOURCE OF CAPITAL, NOT JUST THE FINANCIAL BROKER. - LETTERS SHOULD INCLUDE TERM SHEET DETAILS OF THE LOAN INCLUDING APPROXIMATE INTEREST RATE SPREAD. EXPERIENCE WITH A MINIMUM OF TWO LARGE ESPC PROJECTS (ABOVE $20 MILLION) TO INCLUDE, BUT NOT LIMITED TO THE ESPC TASK AREAS AS IDENTIFIED IN THE REQUIREMENTS SECTION ABOVE. ABOVE PROVIDE THE INDEX RATE, SPREAD, TERM, AND DOLLAR VALUE OF LAST THREE AWARDED PROJECTS. PLEASE INCLUDE THE SCOPE OF THE ECMS AND THE PROPOSED M&V AND IF THERE WERE GUARANTEED SAVINGS. ABILITY TO MANAGE MULTIPLE FACILITIES FOR MORE THAN A SINGLE PROJECT IN DIFFERENT GEOGRAPHIC LOCATIONS (I.E. AT LEAST 50 MILES APART) WITHIN AN ESPC OR SIMILAR ENERGY CONSTRUCTION PROJECT EXPERIENCE WITH ENERGY CONSTRUCTION PROJECTS IN A MEDICAL CENTER/HOSPITAL WITH 24/7 OPERATIONS. AUDITS AND STUDIES DO NOT COUNT AS CONSTRUCTION EXPERIENCE. DEMONSTRATED EXPERIENCE HANDLING INFECTION CONTROL, LEGIONELLA PREVENTION, NOISE MITIGATION, DUST CONTROL AND OTHER PATIENT CARE ISSUES. PROOF OF ABILITY TO SECURE A BOND FOR 100% OF IMPLEMENTATION VALUE, CURRENTLY ESTIMATED AT $23,483,338 FOR THIS VISN 16 PROJECT. PROOF OF MAXIMUM BONDING CAPACITY, GIVEN THE REGULARITY OF ESPC PROJECT SIZE TO SHIFT HIGHER OR LOWER DURING THE IGA PHASE PRIOR TO AWARD. PROOF OF THE ABILITY TO SECURE FINANCING FOR THE PROJECT AT A COMPETITIVE INTEREST RATE CONSISTENT WITH INDUSTRY STANDARDS (PREMIUMS NOT HIGHER THAN 150 BASIS POINTS). THE COMPANY SHOULD SUBMIT A LIST OF FINANCIERS, THE LETTERS PROVIDED FROM FINANCIERS, AND THE PRIME CONTRACTOR S PROPOSED FINANCING APPROACH. PROVIDE EVIDENCE OF ABILITY TO SECURE A COMPETITIVE SPREAD, NOT TO EXCEED 1.80% OVER INDEX. - EVIDENCE CAN COME FROM LENDER LETTERS OR PAST PROJECT AWARDS - FOR VA S AWARDED ESPC PORTFOLIO: AVERAGE SPREAD IS 1.35% AVERAGE SPREAD DURING THE LAST 12 MONTHS IS 1.24% RANGE OF SPREADS IS 1.00% TO 1.69% - EVEN 10 BASIS POINTS OF ADDITIONAL SPREAD CAN ADD HUNDREDS OF THOUSANDS OF DOLLARS OF INTEREST EXPENSE TO A PROJECT, WHICH CAN ALSO LEAD TO LONGER TERMS AND DE-SCOPING ECMS. A SMALL BUSINESS ABILITY TO OFFER LOWER PRICES ELSEWHERE (OVERHEAD, PROFIT, MARKUPS) IS ANECDOTAL, WHILE THE SIGNIFICANT SENSITIVITY AND IMPACT OF ESPCS TO INTEREST RATE SPREADS IS NOT. DEMONSTRATED ABILITY TO MANAGE THE FINANCIAL OBLIGATIONS AND RISKS ASSOCIATED WITH A LONG TERM PROJECT (UP TO 25 YEARS), INCLUDING DURING TIMES OF REDUCED CASH FLOW. Experience Provide no more than three (3) ESPC contracts that your company has performed within the last five (5) years that are of comparable complexity and scope for each technical category identified in the Requirements Section above to include the following information: Describe your Self-Performed* effort (as a Prime) as it relates to the requirements in Section III: Requirements, Parts A and B. Be specific and provide a complete reference to include, at a minimum the project name (and the government contract number, if applicable), contract award amount (implementation value and total financed value), start and completion dates, ECMs included in project, M&V options utilized, actual savings achieved compared to guaranteed savings and estimated savings, proposed construction schedule, actual duration for construction completion, financier used for loan, interest rate of loan, and the project owners contact information. Additionally, provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *SELF-PERFORMED MEANS WORK PERFORMED BY YOUR OWN COMPANY, NOT WORK PERFORMED BY ANOTHER COMPANY FOR YOUR COMPANY FOR ANY OF THE PROJECT EXAMPLES PROVIDED. A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. Management Plan addressing how a small business company would accomplish a majority of the work if executing any subcontractor agreements with large businesses. RFI Point of Contacts (POC): Timothy Novitsky Adeitra Jimmison VHA Program Contract Activity Central (PCAC) 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 At this time, no acquisition strategy has been decided and no formal solicitation exists. Disclaimer: This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3844e1532c8608c1b1fb5b7a2ed833c)
 
Document(s)
Attachment
 
File Name: VA701-17-N-0060 VA701-17-N-0060.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3411828&FileName=VA701-17-N-0060-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3411828&FileName=VA701-17-N-0060-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04469807-W 20170414/170412234613-b3844e1532c8608c1b1fb5b7a2ed833c (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.