Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOURCES SOUGHT

99 -- Various Photovoltaic Systems, Denver Federal Center, Lakewood, Colorado

Notice Date
5/18/2009
 
Notice Type
Sources Sought
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
 
ZIP Code
80225
 
Solicitation Number
GS-08P-10-JA-C-0TBD-2-1
 
Archive Date
7/1/2009
 
Point of Contact
Diane Byers, Phone: (303) 236-8000 X5054
 
E-Mail Address
diane.byers@gsa.gov
(diane.byers@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice RFP Number: RECOVERY ACT - GS-08P-10-JA-C-0TBD-2-1 This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; small disadvantaged businesses; or large businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; (4) to identify compliance with Buy American Act. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PROJECT REQUIREMENTS: Ground Mounted Photovoltaic Systems: Capability to plan, design and install ground mounted photovoltaic systems, single axis tracking and fixed. System size may range from 1 megawatts to 8 megawatts and shall comply with utility interconnection requirements. Systems shall be connected to a medium voltage distribution system rated at 13.8kV, with appropriate switchgear. System shall provide for metering and web based monitoring system (solar irradiance, DC power, AC power, ambient air temperature, PV cell temperature and AC energy during different monitoring periods from 1 hour to 1 year). Roof Mounted Photovoltaic Systems: Capability to plan, design, and install roof mounted photovoltaic systems. Systems maybe required to be integrated with a new roof membrane or mounted onto an existing roof membrane or mounted over an existing roof system with an appropriate support system. Systems will be installed on multiple buildings and may range from 200 kW to 4 megawatts in total. Systems will be connected to most optimum electrical connections, either 13.8 kV building feed or the buildings reduced operating voltage with appropriate switchgear. System shall provide for metering and web based monitoring system (solar irradiance, DC power, AC power, ambient air temperature, PV cell temperature and AC energy during different monitoring periods from 1 hour to 1 year). Elevated Ground Mounted Photovoltaic Systems Over Existing Surface Parking Lots: Capability to plan, design and install ground mounted photovoltaic systems over existing ground level parking lots. System size may range from 30 kW to 6 megawatts and shall comply with utility interconnection requirements. Multiple parking lots maybe involved. Systems shall be connected to a medium voltage distribution system rated at 13.8kV, with appropriate switchgear. System shall provide for metering and web based monitoring system (solar irradiance, DC power, AC power, ambient air temperature, PV cell temperature and AC energy during different monitoring periods from 1 hour to 1 year). For all of the above systems, planning, design, and construction shall be accomplished within 12 months from contract award. Estimates of energy production, stamped engineered designs, and appropriate warranties will be required. Separate procurements are anticipated for each type of PV System. ANTICIPATED PERIOD OF PERFORMANCE: TBD OTHER IMPORTANT CONSIDERATIONS: The North American Industry Classification System (NAICS) Code 334413, Semiconductor and Related Device Manufacturing, with a size standard of 500 employees is being contemplated. CAPABILITY STATEMENT/INFORMATION SOUGHT: Respondents to this notice must provide, as part of their response, a capability statement to include the following: (1) information regarding the respondent; (a) provide name of country anticipated to manufacture/supply Photovoltaics (PVs) to determine Buy American Act adherence; (b) current past performance and experience capabilities to perform the work, to include construction; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and, (e) Payment and Performance Bonding limitations/capability (f) examples of prior completed Government and private contracts, references, and other related information, specifically experience in ground-mounted, roof-mounted, or elevated-ground-mounted photovoltaic systems; (2) respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code; and, (4) any other information that may be helpful in developing or finalizing the Government's acquisition requirement. INFORMATION SUBMISSION INSTRUCTIONS: Respondents should provide responses accordingly: (1) submit information both electronically and by mail. No telephone or facsimile responses will be accepted; (2) for information other than brochures, the format capability statements must use Microsoft Word including attachments. Use single space, Arial 12 font minimum and 8 ½ x 11 size paper; (3) organize material in such a manner that clearly identifies and address capability requirements and provide an executive summary; (4) capability statement should include references; (5) respondents must send two original copies via mail and one electronic copy via e-mail; (6) responses should be received no later than June 8, 2009, at 2:00 PM MST; (7) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses; and (8) send responses to this notice via email to diane.byers@gsa.gov. The original statements mailed using the U.S. Postal Service should be sent to General Services Administration, Denver Federal Center Service Center (8PD), ATTN: Diane Byers, Contracting Officer, One Denver Federal Center, P.O. Box 25546, Denver Federal Center, Denver, CO 80225-0546. DISCLAIMER AND IMPORTANT NOTES. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-10-JA-C-0TBD-2-1/listing.html)
 
Place of Performance
Address: One Denver Federal Center, Denver Federal Center, Lakewood, Colorado, 80225-0546, United States
Zip Code: 80225-0546
 
Record
SN01821432-W 20090520/090518235327-c1129707ac5b65ce73e997f12e3b500e (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.