Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
DOCUMENT

Y -- Boise MT Test Well - Attachment

Notice Date
2/29/2012
 
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
VA70112R0115
 
Archive Date
5/29/2012
 
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 a Pre Test Well Study as well as Test Well Drilling, Well Testing, and Report submission at the following site: FacilityAddress Boise VA Medical Center500 West Fort Street Boise, ID 83702 The Department of Veterans Affairs (VA) intends to evaluate the feasibility for geothermal groundwater of 200 degree Fahrenheit (F) or higher temperature and flow of 1000 GPM or higher for developing Direct Geothermal system(s) to support the Boise VA Medical Center. The steps in the Statement of Work (SOW) include: 1.A Pre Test Well Study for identification of a location for a test well. 2.Providing that the results of the study are favorable, Test Well Drilling, Well Testing, and Report support services to identify and address any concerns that may be present for potentially developing Direct Geothermal Systems at Boise VA Medical Center. In order to develop energy investment initiatives to move the Medical Center from previously verified or adjusted status quo baseline to a state of improved energy consumption and cost effectiveness, VA needs to develop applicable investment initiatives. The Pre Test Study, Test Well Drilling, Well Testing and Report will serve as the investment tool used for the identification of potential energy conservation and cost saving opportunities available to identify locations that have the highest potential (water temperature of 200 F or higher and 1000 or higher Gallons per Minute (GPM)) for Direct Geothermal applications at the Boise Medical Center. The VA will not accept any offers that disclaim parts of the required work. 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 completion of this project is expected to be between 210 and 365 calendar days from Notice to Proceed. The work will include the following items but is not limited to: updated analysis of existing data using methods available today which would provide information pertinent to evaluating potential geothermal groundwater source of 200 degree Fahrenheit (F) or higher temperature and flow of 1000 GPM or higher for VA's desired project. Along with evaluation of existing data, on-site pre-test investigation conducted within the VA Boise site is required to further refine the search and should provide the location(s) of the thermal "hotspots" and fracture zones or other desirable features within the VA Boise site footprint. The Contractor shall provide Draft and Final Work Plans for Existing Data evaluation / Pre-Test on-site investigation. These plans shall include a listing of existing data anticipated for review, methods of analysis, pre-test sampling plan stating methods, locations, timeline and overall project from beginning to a successful end. The Contractor shall provide a report to the VA complete with the results and conclusions from the newly analyzed geophysical data, and the pre test study. This report should accurately pinpoint the areas of high temperature (200 degree F or higher) within aquifer and provide data for the required depth and location of a new geothermal well. Scope of pre test study should be limited to property within the Boise VAMC boundaries. Simultaneous with the Draft Pre-Test Study report, the contractor shall compile a Draft Test Well Drilling Plan. This plan shall specify methods of drilling, equipment required, on-site space requirements (including equipment storage / lay-down yard), anticipated noise levels / noise abatement procedures, hours / days of operation, proposed casing, or other methods of retaining well integrity during drilling / testing operations, methods of temperature testing, methods of groundwater flow testing (including temporary pump installation, methods for disposition of test pump water (disposal or re-introduction), anticipated quantities of groundwater extracted during testing, spoils handling / disposition plan, safety plan, and any other conditions needing in order to meet all local, state and federal codes and compliance including environmental requirements. Note: The Pre Test Study may be a one or a combination of Multi-method approach consisting of Seismic Reflection, Audio-Frequency Magnetotelluric, DC Resistivity, and Gravity Survey as determined most appropriate by the contractor. Provide a comprehensive Explanation the reason/s for the selection of the method you chose / submitted and provide three successful projects using your suggested method. Following review of the Pre-Test Study results and discussion, and approval of the Test Well Drilling Plan, it is anticipated that VA will proceed to the next phase - Test Well Drilling, Well Testing and Report. This phase will consist of a single test well drilled to confirm the depth, temperature and flow of the hot water within the aquifer. It is anticipated that this well will be used for the production well. The data gathered from this test well will determine the viability of the proposed production well by using well draw down and recovery rate testing. 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. 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 $2,000,000.00 and $5,000,000.00. 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 March 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/d3b73b84387b70ada2252500a3b85e24)
 
Document(s)
Attachment
 
File Name: VA701-12-R-0115 VA701-12-R-0115 SS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301976&FileName=VA701-12-R-0115-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301976&FileName=VA701-12-R-0115-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02685939-W 20120302/120229235121-d3b73b84387b70ada2252500a3b85e24 (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.