Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

Y -- INSTALL PV SYSTEM IN SICU

Notice Date
7/17/2009
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs, VA Caribbean Health Care System, Department of Veterans Affairs Caribbean Health Care System, Department of Veterans Affairs;P&C Business Office;Tres Rios Blvd;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968
 
ZIP Code
00968
 
Solicitation Number
VA-248-09-RP-0501
 
Response Due
7/31/2009
 
Archive Date
8/15/2009
 
Point of Contact
Socary Rodriguez/Victoria Robles(787) 781-8700 ext. 4730, (787) 781-8700 ext.4710<br />
 
E-Mail Address
Contract Specialist
(socary.rodriguez@va.gov/victoria.robles@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of Veterans Affairs, VA Caribbean Health Care System (VACHS), is seeking for a construction company to perform design-build services to install a solar photovoltaic system. The location and associated area, roof of recently built Surgery Intensive Care Unit (SICU). This procurement is set-aside for certified Service Disable Veteran-Own Small Business (SDVOSB). The proposals will be evaluated and award will be made on the basis of Best Value as per FAR Part 15.101. The North American Industry Classification System (NAICS) code for this acquisition is 237130.The area of consideration could accommodate approximately 15 kW of PV power (DC rating), but the size is to be proposed by the contractor based on their expertise and past experience. The proposals shall be fixed price for a design-build contract meeting the requirements. The Contractor shall provide all labor, material, permits, supplies and equipment to design, furnish, construct, and commissioning for the solar system, including all necessary devices and connections between inverter and building electrical service. All of the items listed below will be evaluated in the selection process, but the largest emphasis will be placed on the AC energy delivery. The energy delivery will be evaluated as total cost per delivered kWh. The Government intends to evaluate proposals and award a firm fixed price contract without discussions. Proposals shall include: 1. Contact information and descriptions of at least three (3) similar grid-tied photovoltaic systems installed in the last three (3) years. 2. One line diagram of proposed system with all major components (PV panels and array, disconnects, inverters, transformers, meters, etc). 3. Description of system and mounting system (thin-film, panels, etc). 4. Estimates of AC energy delivery of the system. The PV module power ratings are for Standard Test Conditions (STC) of 1000 W/m2 solar irradiance and 25oC PV module temperature. Estimated energy delivery shall be provided for each month of the year and total for the year (to determine estimated energy delivery in kWh). 5. Specify the orientation proposed for each of the arrays. 6. Price for proposed system. Include as a separate alternative the cost to connect the PV meter to our existing Tracer Summit BMS (from Trane). 7. Estimated construction schedule in calendar days, showing significant milestones. 8. Operation and maintenance required for proposed system. This work includes the design, equipment selection, permitting, bonding and installation of a photovoltaic system. The proposal shall describe how solar power is delivered into the building system. The final system configuration shall allow automatic operation without operator intervention. System design and equipment specifications shall minimize maintenance requirements. System shall include metering with modem for remote data collection and display on vendor provided web site of system performance. System performance shall include at a minimum solar irradiance, DC power, AC real power, AC current, AC voltage, and power factor; ambient air temperature, PV cell temperature and AC energy during different monitoring periods from 1 hour to 1 year. Solicitation document will be posted in FedBizOps by July 31, 2009. All questions should be submitted in writing and shall be made to the issuing office to the attention of Ms. Socary Rodriguez, Contract Specialist, in writing via email to socary.rodriguez@va.gov facsimile transmission to 787-781-8721. Contracting Office Address: Department of Veterans Affairs;Procurement Business Division Office;Tres Rios Bldg;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968 Place of Performance: 10 CALLE CASIA;SAN JUAN, PUERTO RICO 00921-3201 Point of Contact(s): Victoria Robles, Contract Specialist 787-781-8700, ext. 4710 or email victoria.robles@va.gov. This procurement will be performed in accordance with FAR 15.101-2, Lowest price technically acceptable source selection process. Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Such non-cost factor are: (1) Quality Control Manager shall be a construction person with a minimum of 5 years experience in related work, (2) Project Manager must be a certify engineer, (3) Contractor must have design development capabilities established within the organization. The Government intends to evaluate proposals and award a firm fixed price contract without discussions. The North American Industry Classification System (NAICS) code for this acquisition is 236220 (Commercial and Institutional Building Construction). A certification for the medical gases and fire protection system shall be provided. No lump sum price proposal will be accepted. Solicitation documents will be available at the Department of Veteran! s Affair s, Procurement Business Division, Tres Rios Building, Suit 600, 27 Ave. J. G. Guisti, Guaynabo, PR 00968 and will be furnished upon request. Offerors are required to conduct a site visit prior to proposal submission. A site visits and project conference is scheduled for Wednesday, July 26, 2006 at 9:00 AM at the VA Caribbean Health Care System (VACHS), Room C34, 10 Calle Casia, San Juan, Puerto Rico 00921-3201. Any other site visit shall be made by appointment only thru the solicitation point of contact listed bellow. All requests for information shall be made to the issuing office attention, Mr. Israel Rodriguez, Contracting Specialist, in writing or facsimile transmission to (787) 681-8721 stating the complete company name, street address, Data Universal Numbering System (DUNS) & Bradstreet Number, telephone number including area code, and solicitation number. Proposals will be due on August 8, 2006 at the Department of Veterans Affairs, Procurement Business Division, Tres Rios Building, Suit 600, 27 Ave. J. G. Guisti, Guaynabo, PR 00968. This procurement is subject to availability of funds. Point of Contact: Israel Rodriguez, Contract Specialist - (787) 681-8700, Ext., 4740, e-mails: Israel.rodriguez-perez@med.va.gov. Contracting Office Address: Department of Veterans Affairs;Procurement Business Division;Tres Rios Bld;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968 Place of Performance: Department of Veterans Affairs;VA Caribbean Health Care System;10 Calle Casia;San Juan, PR 00921-3201 Point of Contact(s): Israel Rodriguez Contract Specialist (787) 781-8700
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA-248-09-RP-0501/listing.html)
 
Place of Performance
Address: VA MEDICAL CENTER;10 Casia Street;San Juan, PR<br />
Zip Code: 00921<br />
 
Record
SN01879224-W 20090719/090718000043-5f92f75a652283fc90c679e0a3e74006 (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.