Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
DOCUMENT

55 -- Wood Chips for the Chillicothe VAMC, OH (VISN 10) CHP Plant - Attachment

Notice Date
3/9/2012
 
Notice Type
Attachment
 
NAICS
113310 — Logging
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0134
 
Response Due
3/26/2012
 
Archive Date
4/25/2012
 
Point of Contact
Daniel H Bergolc
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
Description
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). THIS IS NOT A SOLICITATION Background: The Department of Veterans Affairs, 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, PCAC is seeking potential sources to provide wood chips for a Combined Heat and Power (CHP) plant at the following site: SITE:ADDRESS:CITY/STATE: Chillicothe VA Medical Center17273 State Route 104Chillicothe, OH 45601 Proposed Statement of Work (these requirements can be changed based on the need of the Government or in response to questions from this action) Woodchip Fuel - Supply and System Requirements 1.Purpose: The Government is seeking a consistent supply of biomass fuel of reliable quantity, quality, and size for the new combined heat and power plant at the Chillicothe VAMC, 17273 State Route 104, Chillicothe, Ohio 45601. 2.Schedule: -Deliveries are to begin on July 9, 2012. -Period of performance is one year. 3.Requirements: a.Specifications: -Biomass fuel shall meet the specifications in Attachment A. b.Out of Specification Materials: -All deliveries will be inspected by VA staff prior to unloading. Deliveries not meeting moisture content requirements or having obvious oversized, foreign, or otherwise out of specification material will be rejected and removed from premises by the Vendor. -Vendor is responsible for the pick-up and disposal of oversize materials that are screened by the CHP feed system within 48 hours of notification by VA personnel. 4.Delivery: a.Location: All deliveries will be made to the Biomass Fuel Storage Area at the Chillicothe VAMC, 17273 State Route 104, Chillicothe, Ohio 45601. Unless otherwise directed the delivery route is through the South Entrance from SR 104 onto Hines Blvd, then turning right on Cleveland Blvd and proceeding directly to the boiler plant building 261. Each load must be inspected by the boiler plant supervisor or boiler plant operators prior to unloading. Call 740-773-1141 ext 6189 to contact boiler plant personnel. b.Days and Times: Deliveries are to be made between the hours of 9am and 3pm. Deliveries may be made up to seven days per week, including holidays. c.Unloading : Deliveries are to be made with floating (walking floor) trucks. The site is not equipped with truck tippers and cannot accommodate dump trucks. d.Frequency: -The facility has storage for approximately 720 cubic yards of biomass fuel. -The anticipated annual consumption is approximately 13,650 tons per year of biomass fuel. -The vendor shall be prepared to provide a sufficient quantity of biomass fuel to keep the system in continuous operation 24 hours per day, 7 days per week. -The Vendor shall coordinate deliveries with the Government at least 24 hours in advance. 5.Testing: a.Weight: -Vendor shall provide a certified weight ticket to VA personnel for each delivery at time of inspection. -Deliveries without weight ticket will be rejected. b.Moisture Content: -Moisture content of each delivery will be measured and recorded by VA personnel. This measurement will be used to determine pricing level for that load. If delivery is out of specifications it will be rejected. c.Visual Inspection: -Each load will be visually inspected by VA personnel for obvious oversized, foreign, or unacceptable waste material. Loads found to contain out of specification materials will be rejected. d.Laboratory Analysis: -The VA has the right to sample any delivery and send samples to a testing laboratory for analysis to confirm material meets specifications. Vendor will be notified promptly of any deficiencies identified through laboratory testing, and will not receive payment for loads found to be out of specifications. 6.Basis of Payment: -Vendor will be reimbursed for each ton of material delivered, as documented by certified weight tickets, based on the moisture content of the material determined at time of delivery. Moisture ContentPrice per Ton 15-25%DO NOT SUBMIT PRICING 26-35%DO NOT SUBMIT PRICING 36-45%DO NOT SUBMIT PRICING 46-55%DO NOT SUBMIT PRICING Attachment A Fuel Specification 1.Particle size: Particle size must be the following: The biggest pieces must be no larger than 2 ½" x 2" x 1/2" and less than 15% of the total weight. Pieces must be no smaller than 1/8" x 1/8" x 1/8". 2.Moisture content: The Biomass must have a moisture content of 15% to 55% wet basis. 3.Composition: Biomass to be predominantly hardwood, with no more than 10% soft wood and/or bark. Bark must conform to particle size requirements. 4.Foreign Material: Biomass must be free of rocks, gravel, dirt, ice, water, paint, nails or other foreign materials. 5.Ash content: Ash content must be lower than 5%. 6.Ash composition: Ash must have a total Alkali content of less than 0.18 kg / GJ or (0.4 lbs / MMbtu) of biomass burned. 7.Chloride and Sulphur content: Material being burned must be free of chloride, sulphur and other contaminants which are foreign to wood. Administrative/Miscellaneous: This contract is being procured in accordance with FAR Part 12 and 19. This project is planned for advertising in late March early April 2012. The North American Industry Classification System (NAICS) code 113310 (size standard $33.5 million) applies to this procurement. The duration of the acquisition is for one (1) year. Capability Statement: Respondents shall provide a general capabilities statement to address the following information: 1.Please identify your company's number of years in business; affiliate information, parent company, and joint venture partners. 2.Provide company business size as designated by the NAICS and the U.S. Small business Administration. Also, provide business status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 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) 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 to determine the availability of small business firms for a potential small business category type set-aside. Particularly, the purpose of this notice is to gain knowledge of potential small business sources to include small business in the following categories: Verified Service-Disabled Veteran-Owned Small Business, Verified Veteran-Owned Small Business, Certified 8(a), Certified HUB Zone, and other small business. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business community or to conduct as an Other Than Small Business Procurement. The Government must ensure there is adequate competition among the potential pool of available contractors. The Capabilities Statement for this Sources Sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. 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 or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. All questions must be submitted to daniel.bergolc@va.gov no later than March 16, 2012 at 12:00 PM (EST). Submissions (responses) shall be submitted via email to the primary point of contact listed below by March 23, 2011 at 12:00 PM (EST). No phone calls will be accepted. Contracting Office Address: Veterans Health Administration Program Contracting Activity Central (PCAC) 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131 Primary Point of Contact: Daniel Bergolc, Contract Specialist E-Mail: daniel.bergolc@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2da2f565f456cc2dc427ee9b19332114)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0134 VA701-12-I-0134.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=305661&FileName=VA701-12-I-0134-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=305661&FileName=VA701-12-I-0134-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02693295-W 20120311/120309235231-2da2f565f456cc2dc427ee9b19332114 (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.