Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
DOCUMENT

Y -- Design - Install Solar PV, Houston TX. - Attachment

Notice Date
1/24/2012
 
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
VA70112Q0056
 
Response Due
2/9/2012
 
Archive Date
5/9/2012
 
Point of Contact
Steven Grzybowski
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
Description
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). REQUIREMENT: The Department of Veterans Affairs National Energy Business Center, Program Contracting Activity Central (PCAC) is seeking to fulfill the mandated federal agency energy management requirements of increasing renewable energy consumption as stated in the Energy Policy Act of 2005 (EPAct 2005), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy and Transportation Management," and EO 13514, "Federal Leadership in Environmental, Energy, and Economic Performance." In concert with these requirements, we are seeking potential sources for the Design-Installation of a Solar Photovoltaic (PV) System at the following site: FacilityAddress Michael E. DeBakey VA Medical Center2002 Holcombe Blvd. Houston, TX 77030 1. The Department of Veterans Affairs National Energy Business Center (VA-NEBC) is seeking interested sources (contractors) for a near-future solicitation and procurement to design and install a Solar Photovoltaic (PV) system at the Michael E. DeBakey VA Medical Center located in Houston Texas. The VA is seeking a "Turn-Key" procurement, which will involve all work including but not limited to all necessary devices and connections between the inverter and main electrical service and all connectors necessary for complete "Turn Key" operation. The VA will not accept any offers that disclaim parts of the required work to make the unit complete and ready for use. Relevant facility information that is available will be provided when the RFQ is issued. The offeror shall provide all data and analysis, design services and support services for obtaining required permits, training, labor materials, tools, equipment and supervision to accomplish this project. The design and installation of this project is expected to be between 210 and 365 calendar days from Notice to Proceed. Contractors must have solar PV experience and key personnel should have expertise in Solar PV energy and environmental management. The scope also requires capabilities to support program and project management and other related specialized Solar PV areas. The work will include the following items but is not limited to: Solar Panels, mounting systems, foundation, necessary devices and connections between the PV system and the main electrical service of the facility, coordination with utility provider, advanced electrical metering for reporting an instantaneous record of performance and power production produced by the PV system, testing, balancing and commissioning of the PV energy system, and pre-solicitation site visits. The system is expected to operate on the customer side of the meter, but allow for possible exporting of power to the electric utility with net metering. Contractor shall utilize green building materials where applicable. The project should meet VA design standards which can be found at (http://www.cfm.va.gov/til/spec.asp) where applicable. Because 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. 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 so it is in the interest of small businesses to respond to this notice if they feel that they are capable of meeting the requirements of this project. 2. System Size: The estimated Solar PV System Size is between 1,200 kW to 1,600kW. ADMINISTRATIVE / MISCELLANEOUS: This contract is being procured in accordance with FAR Parts 15, 19, and 36. This project is planned for advertising in March 2012. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code 237130 (size standard $33.5 million) applies to this procurement. This project will not allow a Fast Track process. Installation may not be started until the Government reviews the Final Design submission and determines it satisfactory for purposes of beginning installation. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than three (3) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., medical facility), start and completion dates, and the project owners' contact information as this person may be contacted for further information. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 2.Please identify your company's number of years in business; affiliate information, parent company, and joint venture partners. 3.Respondents shall provide the company's resumes, not to exceed two (2) pages each for key personnel that would be involved in the project and their respective roles. 4.Provide company business size and status as designated by the NAICS and the U.S. Small Business Administration (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 5.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 10 pages in length, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned), searchable PDF document that is less than or equal to 5MB 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. Please note that this is a SOURCES SOUGHT NOTICE for MARKET RESEARCH PURPOSES ONLY. It will help to determine whether there are sufficient small businesses available capable of meeting the requirements. This notice is for information and planning purposes only. 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, proceed with full and open competition as other than small business or procure from another source. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is issued it will be synopsized in FedBizOpps at https://www.fbo.gov or posted to GSA eBuy at https://www.gsaadvantage.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Submissions (responses) shall be submitted via email to the primary point of contact listed below by February 9, 2012 at 12:00 P.M., Eastern Standard Time (EST); No phone calls will be accepted. Contracting Office Address: VA National Energy Business Center (VA-NEBC) 6150 Oak Tree Blvd., Suite 300 Independence, 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/960756c68ee40582bcab6bbc1b29221e)
 
Document(s)
Attachment
 
File Name: VA701-12-Q-0056 VA701-12-Q-0056_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290383&FileName=VA701-12-Q-0056-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290383&FileName=VA701-12-Q-0056-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02660059-W 20120126/120124234528-960756c68ee40582bcab6bbc1b29221e (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.