Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOURCES SOUGHT

Y -- RECOVERY Y--Ground Source Heat Pump - St. Cloud, MN Sources Sought

Notice Date
7/1/2009
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs, VA National Energy Business Center, VA National Energy Business Center, Department of Veterans Affairs;National Energy Business Center 001-E(B);10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-776-09-RI-0141
 
Response Due
7/10/2009
 
Archive Date
9/8/2009
 
Point of Contact
Brent Barnum (brent.barnum@va.gov)Contract Specialist<br />
 
E-Mail Address
Contract Specialist
(brent.barnum@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice (SS) 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. 1. The Department of Veterans Affairs (VA) National Energy Business Center (NEBC) is seeking interested sources (contractors) for a near-future solicitation and procurement to install a geothermal well field and Ground Source Heat Pump (GSHP) at VA Medical Center in St. Cloud, MN (St. Cloud VAMC). A formation thermal conductivity test was performed and the results will be provided with the specifications in the solicitation when issued. The contractor shall furnish all labor, materials, tools and equipment required to install a geothermal well field sufficient to support conversion of the existing HVAC systems in Building 51 at the St. Cloud VAMC to geothermally supplied heating and cooling. The well field shall be complete including vault and all plumbing connections as required to furnish a complete heat pump system for the building. All HVAC system components are to be replaced, and all electrical systems shall be upgraded as directed by the plans and specifications issued in the solicitation. The project will need to be completed in phases and completions shall not exceed 720 days from Notice to Proceed. The work will include the following items but is not limited to: general construction, well field installation, alterations, mechanical and electrical work, utility systems, and certain other items as described in the contract drawings and specifications listed in the solicitation. All fees, permits and registrations required shall be the responsibility of the contractor. Contractor will try to utilize green building materials where applicable. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOps at web site https://www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto. 2. The estimated price of the combined projects is expected to be between $2,000,000 and $5,000,000. 3. Project Location: The St. Cloud VA Medical Center, 4801 Veterans Dr., St. Cloud, MN 56303. 4. NAICS CODE: NAICS 237130 (size standard $33.5 million) applies. 5. SUBMITTAL INFORMATION: All responses must include the following information: Company name, cage code, CCR number, Dunn & Bradstreet number, company address, Point-of-Contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the SS number. Also please provide the following information in your response; a. What type of work has your company performed in the past in support of a geothermal project? b. Has your company been awarded a prime contract for a project of this nature before? Number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners. c. Did the contract contain ISO requirements or similar type of controlled environment? d. Has your company managed a team of subcontractors before? e. What specific technical skills does your company possess which ensure capability to perform the described tasks? f. Provide an explanation of your company's ability to perform at least 15% of the work with company resources versus support from subcontractors. g. Provide company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.) 6. It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12 point font minimum that addresses the above information. Submissions (responses) shall be received by no later than 12 P.M., Eastern Standard Time on 07/10/2009. At this time, no solicitation exists. Therefore, DO NOT REQUEST A SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail (subject VA-776-09-RI-0141) only to the primary point of contact listed below. Contracting Office Address: VA National Energy Business Center (VA NEBC) 10000 Brecksville Rd. ATTN: 001E(B) Brecksville, OH 44141 Primary Point of Contact: Brent Barnum, Contract Specialist E-Mail: brent.barnum@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fecfe264073fd4d3e125b3622b089471)
 
Place of Performance
Address: St. Cloud VA Medical Center;4801 Veterans Dr;St. Cloud, MN 56303<br />
Zip Code: 56303<br />
 
Record
SN01862785-W 20090703/090702001521-fecfe264073fd4d3e125b3622b089471 (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  © 1994-2020, Loren Data Corp.