SOURCES SOUGHT
Y -- SOLAR VOLTAIC SYSTEMS
- Notice Date
- 3/30/2009
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs, Brecksville (Cleveland) VAMC, Department of Veterans Affairs Medical 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-0069
- Response Due
- 4/6/2009
- Archive Date
- 6/5/2009
- Point of Contact
- Richard DahmenContract Specialist<br />
- 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) is seeking interested sources (contractors) for a near-future solicitation and procurement to install solar photovoltaic systems at multiple locations. NACIS 237130 (size standard $33.5 Million) applies. 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. The offeror to the RFP when issued will provide all work to include the equipment selection, permitting, bonding and installation of a photovoltaic system. The system shall be capable of providing 480 volt, 3-phase power which will grid-tied. There are motor control centers, elevator panels, and electric power distribution panels in each of the locations. The proposal, when issued will describe how solar power is delivered into the building system. The final system configuration will allow automatic operation without operator intervention. System design and equipment specifications should minimize maintenance requirements. System will include metering with modem for remote data collection and display on vendor provided web site of system performance. System performance will include at a minimum solar irradiance, DC power, AC real power, AC current, AC voltage, and power factor (recommend ION 8600 for AC); ambient air temperature, PV cell temperature and AC energy during different monitoring periods from 1 hour to 1 year. 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. 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 on the Federal Business Opportunities portal. It is the potential offeror's responsibility to monitor this website 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. Please provide your companies socioeconomic information. 2. SUBMITTAL INFORMATION: All responses must include the following information: Company name, cage code, CCR status, 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. Please cite the specific work your company has 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? c. Please provide a list of at lease 3 contracts/projects your company has performed as a prime contractor the same or similar nature. The respondent shall include project name, location, contract value, number of kW, and POC for the owner of the project. c. Number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners. d. Did the contract contain ISO requirements or similar type of controlled environment? e. What specific technical skills does your company possess which ensure capability to perform the described tasks? 3. 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 4:30 P.M., Eastern Standard Time. 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 only to the primary point of contact listed below. Phone calls will not be accepted. Contracting Office Address: VA National Energy Business Center (VA NEBC) 10000 Brecksville Rd. ATTN: 001E(B) Brecksville, OH 44141 Primary Point of Contact: Richard Dahmen, Contract Specialist E-Mail: richard.dahmen@va.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9e00dcbdd8e00c04697b2212aad663c&tab=core&_cview=1)
- Record
- SN01781012-W 20090401/090330215540-a9e00dcbdd8e00c04697b2212aad663c (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 |