Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOURCES SOUGHT

Y -- RECOVERY Y--Design Build Renewably Fueled CoGeneration Systems

Notice Date
12/22/2009
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;National Energy Business Center (VA-NEBC;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA-776-10-RA-0104
 
Response Due
1/8/2010
 
Archive Date
3/9/2010
 
Point of Contact
Steven GrzybowskiContract Specialist
 
E-Mail Address
Contract Specialist
(steven.grzybowski@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. The Department of Veterans Affairs (VA) is seeking interested sources (contractors) for a near-future solicitation and procurement to design and install a biomass or alternate methane fuel (BAMF) system for combined heat and power (co-gen) or for combined cooling, heat and power (tri-gen) at the following VA facilities: Battle Creek VA Medical Center (VAMC), Battle Creek, MI, Dwight D. Eisenhower VAMC, Leavenworth, KS, Kerrville VAMC, Kerrville, TX, Loma Linda VA Healthcare System (HCS), Loma Linda CA and San Francisco VAMC, San Francisco, CA. The VA is seeking a "Turn-Key" procurement, which will include all work. The VA will not accept any offers that disclaim parts of the required work to make the unit complete and ready for use. Feasibility studies for BAMF installation projects at these sites have been completed and will be provided in the RFP when issued. The offeror is to provide all data and analysis, design services and support services for obtaining required permits, trainings, labor materials, tools, equipment and supervision to accomplish this project. The design and installation of this project shall not exceed 540 days from Notice to Proceed. Contractor will try to utilize green building materials where applicable. The project should meet VA design standards (http://www.va.gov/facmgt/standard/) wherever applicable. Biomass fuels include any organic matter that is available on a renewable or recurring basis (excluding old-growth timber), such as dedicated energy crops and trees, agricultural food and feed crop residues, aquatic plants, wood and wood residues, animal wastes, and other waste materials. Alternate methane fuels include landfill methane, wastewater treatment digester gas and coal bed methane. Projects may co-fire a biomass or alternative methane fuel with other opportunity fuels or a conventional fossil fuel. 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 prices of the projects are expected to be between $5,000,000 and $7,000,000. 3. Project Location: The project sites are located at; Battle Creek VAMC 5500 Armstrong Rd, Battle Creek, MI 49037; Dwight D. Eisenhower VAMC, 4101 South 4th St. Leavenworth, KS 66048; Kerrville VAMC, 3600 Memorial Blvd. Kerrville, TX 78028; Loma Linda VA Healthcare System (HCS), 11201 Benton St. Loma Linda, CA 92357 and San Francisco VAMC, 4150 Clement St. San Francisco, CA 94121. 4. 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 Sources Sought 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 the same or similar requirement? 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.) 5. 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. Be sure to include this Sources Sought Number in the Subject Line of the email. Submissions (responses) shall be received by no later than 12 P.M., Eastern Standard Time on 1/8/2010. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail only to the primary point of contact listed below. Contracting Office Address: VA National Energy Business Center (VA NEBC) 4141 Rockside Rd. Suite 110 Seven Hills, OH 44131 Primary Point of Contact: Steven Grzybowski, Contract Specialist E-Mail: steven.grzybowski@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ba648265a36fdd48a84bf72bfb25b96)
 
Record
SN02029798-W 20091224/091222235511-2ba648265a36fdd48a84bf72bfb25b96 (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.