SOURCES SOUGHT
Y -- RECOVERY Y--Construct Wind Turbine Electric Generating System
- Notice Date
- 2/17/2010
- 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-0181
- Response Due
- 3/5/2010
- Archive Date
- 5/4/2010
- 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. 1. The Department of Veterans Affairs (VA) is seeking interested sources (contractors) for a near-future solicitation and procurement to design and install Wind Turbine Electric Generating Systems at the following locations; Department of Veterans Affairs Medical Center (VAMC) Manhattan, NY, VAMC Northport, NY, VAMC San Francisco, CA and VAMC Salt Lake City, UT. 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 wind turbine installation projects at the sites have been completed and will be provided in the RFP when issued. The offeror is to provide all anemometry studies, data and analysis, design services, support service 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. The performance objectives of the project are; a. The wind turbine shall have a rated capacity between 300 kW and 750 kW. b. Anemometrical / wind data will be measured or obtained by the contractor. The work will include the following items but is not limited to: wind turbine, tower, foundation, necessary devices and connections between the wind turbine and main electrical service of the VA Medical Center(s), coordination with utility provider, advanced electrical metering for reporting (instantaneous and recording) performance and power production produced by the wind system, testing, balancing and commissioning of the wind 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 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 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 price of the combined projects is expected to be between $1,000,000 and $5,000,000. 3. Project Locations: The VAMC Manhattan 245 West Houston Street New York, NY 10014, VAMC Northport 79 Middleville Road Northport, NY 11768, VAMC San Francisco 4150 Clement Street San Francisco, CA 94121, and VAMC Salt Lake City 500 Foothill Drive Salt Lake City, UT 84148. 4. SUBMITTAL INFORMATION: All responses must include the following information: Company name, cage code, confirmation of CCR registration, 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 50% 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 3/5/2010. 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. 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/20b748f532420948ba6a43a78a2831cd)
- Record
- SN02067381-W 20100219/100217235126-20b748f532420948ba6a43a78a2831cd (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 |