DOCUMENT
Y -- Combined Heat and Power Plant Manchester VA Medical Center - Attachment
- Notice Date
- 5/25/2012
- 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
- VA70112I0174
- Response Due
- 6/8/2012
- Archive Date
- 9/15/2012
- Point of Contact
- Shaun McWeeny
- E-Mail Address
-
Office Email
(shaun.mcweeny@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: INTRODUCTION: 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). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the construction of a Combined Heat and Power (CHP) Plant at the Manchester VA Medical Center (VAMC). PROJECT DESCRIPTION: Energy development analysis of VAMC Manchester, NH indicates that a CHP Plant installation will result in reduced overall operating costs and Green House Gases to VA when all factors are accounted for including: energy costs, maintenance, operation and future capital expenditures. To that end, VAMC Manchester is proceeding with the design of a CHP Plant to supplement existing Boiler Plant assets. The CHP Plant will consist of one Reciprocating Internal Combustion Engine (RICE) natural gas generator (approximately 650 kWe) with heat recovery and generator controls; power metering, data acquisition, computer control equipment; power utility interconnection equipment, including but not limited to: transformers, switchgear, and protective relays; computer control software; and associated ancillary materials and equipment, site civil work, paving, concrete foundations, building structures and permanent steel platforms, stairs, handrail and ladders. The RICE generator will be able to supplement the normal power generated for the facility but will not be replacement for the emergency generation capacity for the plant or facility. The CHP Plant will be located in Building 7, within the same space as the existing Boiler Plant. The CHP Plant will require removal of abandoned Boiler #2 and relocation of Boiler #3 to make space for construction of a new room to install the RICE generator. The electric service for Building 7 will be upgraded to support installation of the CHP Plant. A new underground ductbank will be installed between Building 1 and Building 7 to accommodate electric utility interface requirements. The existing Building 7 natural gas service will be used as the fuel source for the CHP Plant. The system will be able to provide operator initiated automatic start-up and shutdown of the electric generating equipment, and will also include provisions for automatic start-up and shutdown based upon other inputs such as utility power interruptions. The system will be designed for construction and operation in full integration with the existing central steam plant such that no additional boiler plant operating personnel are required for safe operation of the combined plant systems as defined by VA regulations, policy and guidelines. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach. The anticipated solicitation will be issued as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering only price and the price-related factors included in the IFB. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, in any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in August 2012. In accordance with VAAR 836.204, 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. The duration of the project is estimated at 365 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than five (5) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Please include the following information at a minimum: A.Project Name; B.Project Scope; C.Project Size (i.e. Electricity Produced (kW)); D.Building Use (e.g. Medical Facility, Office Building, etc.); E.Project Relevance; F.Project Dollar Value; G.Start and Completion Dates; H.Project owner and contact information as this person may be contacted for further information; I.Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **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 based on NAICS code 237130. Also, provide business type (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 12 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 Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. 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. Submissions (responses) shall be submitted via email to the primary point of contact listed below by June 8, 2012 at 12:00 PM (EDT). No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f207d9007769bc74b457d4af977c6ea3)
- Document(s)
- Attachment
- File Name: VA701-12-I-0174 SOURCES SOUGHT NOTICE - MANCHESTER CHP FY12.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349379&FileName=VA701-12-I-0174-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349379&FileName=VA701-12-I-0174-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-12-I-0174 SOURCES SOUGHT NOTICE - MANCHESTER CHP FY12.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349379&FileName=VA701-12-I-0174-000.docx)
- Place of Performance
- Address: MANCHESTER VA MEDICAL CENTER;718 SMYTH ROAD;MANCHESTER, NH
- Zip Code: 03104
- Zip Code: 03104
- Record
- SN02759077-W 20120527/120525235110-f207d9007769bc74b457d4af977c6ea3 (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 |