DOCUMENT
Y -- Construct/Install E85 Huntington - Attachment
- Notice Date
- 6/25/2013
- Notice Type
- Attachment
- NAICS
- 237120
— Oil and Gas Pipeline 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
- VA70113I0237
- Archive Date
- 8/24/2013
- Point of Contact
- Justin O'Rourke
- 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 an E85 Fueling Station at the Huntington, WV VA Medical Center's (VAMC). PROJECT DESCRIPTION: The fueling station shall be an 5,000 gallon above ground, skid mounted, "pre-packaged" fueling station, double-walled tank to provide a 2 hours fire protection rating, two E85 fuel dispensers, and with saddles for mounting on a concrete foundation. The skid shall be anchored to a new concrete foundation. A Programmable Logic Control (PLC) panel will control the fuel system. The fuel tank, pumps, pumps, dispensers and related equipment shall be skid mounted and provided as a turn-key system. The design shall provide for an integrally constructed and fabricated, tested and certified system prior to delivery to the VA site. Where required, containment structures shall be constructed of steel-reinforced concrete. Provide on-demand, monitoring and reporting of actual fuel consumption, vehicle ID, odometer reading, date of fueling and gallons dispensed. Date of fuel transport shall be included. Also included is an overhead canopy, concrete pavement and miscellaneous site work including retaining wall construction, fencing, site lighting, and electrical work. It will include a card reader/fuel management system capable of authorizing and recording both fuel and fuel transactions using the Wright Express (WEX) and General Services Administration (GSA) Smart fuel cards processing system. The controller shall be compatible with the GSA controller to assist in the reimbursement for the E85 fuel. The system shall be connected to one or more remote billing services by telephone modem for a high speed line, for the purpose of remotely authorizing, recording, and billing transactions by fuel networks (such as Voyager). And include setting up the remote billing accounts. The E85 Fueling Station shall include clearance warning signs, where appropriate. The site is currently an abandoned gravel surfaced area. 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 August 2013. In accordance with VAAR 836.204, the magnitude of construction is between $250,000.00 and $450,000.00. The North American Industry Classification System (NAICS) code 237120 (size standard $33.5 million) applies to this procurement. The duration of the project is estimated at approximately 180 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 237120. 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 July 12, 2013 at 12:00 PM (EDT). No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ce3477c6b53aeee707e86ee87b873b5a)
- Document(s)
- Attachment
- File Name: VA701-13-I-0237 VA701-13-I-0237.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=831833&FileName=VA701-13-I-0237-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=831833&FileName=VA701-13-I-0237-000.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-I-0237 VA701-13-I-0237.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=831833&FileName=VA701-13-I-0237-000.docx)
- Record
- SN03099565-W 20130627/130625235626-ce3477c6b53aeee707e86ee87b873b5a (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 |