Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
DOCUMENT

Y -- Columbus CHP Construction - Attachment

Notice Date
9/11/2015
 
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
VA70115N0166
 
Response Due
9/25/2015
 
Archive Date
11/24/2015
 
Point of Contact
Ashley McAvinew
 
E-Mail Address
ashley.mcavinew@va.gov
(ashley.mcavinew@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) Boiler plant at the Chalmers P. Wylie - Columbus Ambulatory Care Center, Columbus, Ohio VA Ambulatory Care Center (VAACC). PROJECT DESCRIPTION: Contractor to provide all labor, materials, equipment and supervision as required to construct a new State of the Art Energy efficient Combined Heat and Power (CHP) Boiler Plant/ Energy Center at the Veterans Affairs Ambulatory Care Center (VAACC), located at 420 N. James Road, Columbus, Ohio 43219-1834. The new CHP stand-alone Boiler plant to be located on the east end of the property upon relocating/displacing the existing retention pond located in the same construction area. This Project shall also include the Demolition work of the existing Boiler plant located on the 3rd floor so that a future project may backfill the emptied space. This project will include site work, concrete, drilling, structural steel, carpentry, casework, insulation, steel wall panels, joint sealers, doors, windows, builders hardware, flooring, gypsum wall board, light gauge framing, painting, acoustical ceilings, specialties, plumbing, fire suppression, HVAC, Electric, controls, commissioning and other technology as detailed in the specifications and drawings provided by the design A-E. All work shall be coordinated and completed in such a way as to not interfere with normal boiler or facility operations and all other adjoining construction activity on the property. Work to be performed during normal business hours, although some work will need to be completed after normal hours and/or weekends. Infection control measures shall be implemented as designed and approved. Welding curtains are to be used while any permitted welding or cutting is taking place. Project inspections will be performed by an outside construction management firm and a VA commissioning agent in conjunction with VA personnel. 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, if 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 early November 2015. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The North American Industry Classification System (NAICS) code 237130 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 517 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.Company name, DUNS number, company address, Point-of-Contact name, phone number and email. 2.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, Native American Corporation, etc.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. 3.Statement of Interest in the project. 4.The type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: 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. Include the project name, project scope, project size (Example: electricity produced (kW) and square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide project owner and contact information as this person may be contacted for further information. 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. 5.Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. 6.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 8 single sided pages, 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. Submissions (responses) shall be submitted via email to the primary point of contact listed below by September 25, 2015 at 2:00 PM (EDT). No phone calls will be accepted. 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. Contracting Office Address: VA Program Contracting Activity Central (VA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Ashley McAvinew Contract Specialist ashley.mcavinew@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91fbbc27cc71cb07df221f5ffa763ca1)
 
Document(s)
Attachment
 
File Name: VA701-15-N-0166 VA701-15-N-0166.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312154&FileName=VA701-15-N-0166-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312154&FileName=VA701-15-N-0166-000.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: Chalmers P. Wylie VA Ambulatory Care Center;420 N James Road;Columbus, OH
Zip Code: 43219
 
Record
SN03882200-W 20150913/150911235549-91fbbc27cc71cb07df221f5ffa763ca1 (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.