Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
DOCUMENT

Y -- Combined Heat and Power Plant Waco VA Medical Center - Attachment

Notice Date
5/16/2013
 
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
VA70113I0183
 
Response Due
5/27/2013
 
Archive Date
9/3/2013
 
Point of Contact
Justin C. Wilson
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE WACO VA MEDICAL CENTER COMBINED HEAT AND POWER PLANT VA701-13-I-0183 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 Waco VA Medical Center (VAMC). PROJECT DESCRIPTION: The CHP (Co-Gen) Plant will consist of a Natural Gas fired Turbine connected to a Heat Recovery Steam Generator (HRSG) with supplemental burner. The turbine will have electrical capability of approximately 1.2mW. CHP includes steam capacity of approximately 18,500 lbs/hour with supplemental burner, heat recovery and generator controls; power metering, data acquisition, computer control equipment; power utility interconnection equipment, including but not limited to: transformers, switchgear, and protective relays; computer control software; and associated ancillary materials and equipment, site civil work, paving, concrete foundations, building structures and permanent steel platforms, stairs, handrail and ladders. The CHP will be able to supplement the normal power needs for the facility but will not be replacement for the emergency generation capacity for the plant or facility. The CHP Plant will be located in Building 225 addition to new Energy Center which combines campus boiler and chiller plants. The electric service for Building 225 will be upgraded to support installation of the CHP Plant addition. A new underground duct-bank will be installed to accommodate electric utility interface requirements. Natural gas service will be used as the fuel source for the CHP Plant. 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. 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 August 2012. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code 237130 (size standard $33.5 million) applies to this procurement. The duration of the project is estimated at 365 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 two (2) pages 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), 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 to determine whether there are capable small businesses to set-aside for small business concerns, to acquire as an Other Than Small Business Procurement or to procure from another source such as the Federal Supply Schedule pursuant to FAR Part 8.002 (2) Priorities for Use of Government Supply Sources. Small business categories that will be considered for set-aside purposes include Verified Service-Disabled Veteran-Owned Small Business, Verified Veteran-Owned Small Business, Certified 8(a), Certified HUB Zone, and other small business concerns. 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: Submissions (responses) shall be submitted via email to the primary point of contact listed below by Monday, May 27th, 2013 at 3:00pm, Eastern Daylight Time (EDT); No phone calls will be accepted. Contracting Office Address: VA Program Contracting Activity Central (PCAC) 6150 Oak Tree Blvd Suite 300 Independence, OH 44131 Primary Point of Contact: Justin C. Wilson, Contract Specialist E-Mail: justin.wilson3@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8129dd08c60a6ad148764b2f2b04d21b)
 
Document(s)
Attachment
 
File Name: VA701-13-I-0183 WACO CHP SOURCES SOUGHT VA701-13-I-0183.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=758676&FileName=VA701-13-I-0183-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=758676&FileName=VA701-13-I-0183-000.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: Waco VA Medical Center;4800 Memorial Drove;Waco, TX
Zip Code: 76711
 
Record
SN03064827-W 20130518/130517000047-8129dd08c60a6ad148764b2f2b04d21b (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.