DOCUMENT
C -- ATES - Feasibility Study at VAMC Chillicothe & Dayton, OH - Attachment
- Notice Date
- 6/20/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70112R0156
- Response Due
- 7/6/2012
- Archive Date
- 10/4/2012
- Point of Contact
- Steven Grzybowski
- E-Mail Address
-
7-8300
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. This synopsis is a streamlined solicitation of offers for commercial items for use where appropriate. This is intended to simplify the process of preparing and issuing solicitations/synopsis for evaluating offers for commercial items consistent with commercial practices. Only written requests received directly from the requester are acceptable. The NAICS code is 541330, with a size standard of $14 M per Annum. This announcement constitutes a Total Small Business Set Aside solicitation. This is to notify contractors that the government intends to issue a Firm Fixed Price contract in accordance with FAR 13.106 for the following statement of work, under the Simplified acquisition procedures. Any firm that believes it is capable of providing the required services as stated herein may submit a capability statement. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) are providing the Best Value and discussions are not necessary. The Government may award this contract to other than the lowest priced technically acceptable quote. Technical specifications and past performance is significantly more important than price. Requirement: The contractor shall furnish all materials and labor to provide an in-depth Feasibility Study (FS) of Aquifer Thermal Energy Storage (ATES) systems at the VA Medical Centers in Chillicothe and Dayton, Ohio. This FS will recommend system locations, and quantify potential energy conservation and cost saving opportunities. 1.1Goals Energy Policy Act of 2005 (Public Law 109-58), was signed into law on August 8, 2005. Subtitle A of H.R. 6, Federal Programs, re-established a number of Federal agency goals and amended portions of the National Energy Conservation Policy Act (NECPA). Section 431 of EISA 2007 increased the federal energy reduction goal from 2% per year (as established by EPAct 2005) to 3% per year, resulting in 30% greater efficiency by 2015. The reporting baseline for energy savings is 2003, so that energy consumption per gross square foot of federal buildings is reduced, compared to energy consumption in 2003. The specified percentage reductions for each fiscal year are: "FY 2006.......2% "FY 2007.......4% "FY 2008.......9% "FY 2009.......12% "FY 2010.......15% "FY 2011.......18% "FY 2012.......21% "FY 2013.......24% "FY 2014.......27% "FY 2015.......30% The Department of Veterans Affairs (VA) strives to meet the EPAct 2005 and EISA 2007 energy goals through the: a)usage of on-site generation, b)usage of green power, c)energy conservation. Energy investment initiatives can move the VA from previously-verified or adjusted status quo baselines to a state of improved energy consumption and cost effectiveness. The VA needs to develop applicable investment initiatives. 1.2Background (portions of this section are taken from http://www.underground-energy.com/ATES.html) Aquifer Thermal Energy Storage (ATES) requires a suitable aquifer, into which at least two thermal wells are installed. Other components of an ATES system include heat exchangers, conveyance piping, and mechanical systems and controls necessary to integrate an ATES system with a heating, ventilating and air conditioning (HVAC) system. ATES systems typically involve storage and recovery of cold water, although warm water storage is also used, particularly if there is excess heat available in summer months from solar panels or a cogeneration plant. During cold winter weather, groundwater can be pumped through a simple heat exchanger where it is chilled, and stored in a designated cold store portion of an aquifer. Cold groundwater is recovered from the cold store during summer months and used for cooling. After the water has been used for cooling, it has been warmed and is injected into the designated warm store portion of the aquifer. The cycle is repeated seasonally. Although ATES is highly efficient and very "green," it is not a renewable energy technology as it is used for energy conservation, not energy production. However, ATES is often used in conjunction with renewables, such as use of solar hot water panels to create hot water for storage in summer, and with solar- or wind-powered electricity to power the mechanical components of an ATES system. 2.0. PROJECT SCOPE 2.1 General The contractor shall furnish all materials and labor to provide an in-depth Feasibility Study (FS) of ATES systems at the VA Medical Centers in Chillicothe and Dayton, Ohio. This FS will recommend system locations, and quantify potential energy conservation and cost saving opportunities. The contractor will obtain and review available site and energy data and perform a fatal-flaw analysis of the practicable feasibility of ATES at the site, as well as a preliminary economic evaluation and survey of potential incentives and funding mechanisms. The possibility of storing cold water in the winter months, and using it in the summer, and storing hot water in summer, and using it during winter, shall be evaluated. If both summer and winter storage is not possible, then present supporting justification, and evaluate only the feasible storage. Considering site conditions, existing and proposed system components, and operations & maintenance (O&M) costs, conduct a financial analysis for system installation. Other FS tasks shall include (but not be limited to): 1.Perform site visit and meet with VA facility representatives to evaluate the existing cooling systems, identify physical and operational constraints at the site that will affect the location of ATES system components, and to evaluate the potential to use existing equipment (e.g., heat exchangers and wells). 2.Compile and review available hydro-geological and geo-chemical data from the following sources: a.Site facilities staff; b.Local well drillers; c.Municipal sources; d.State sources; and e.Federal sources including United States Geological Survey. This data will be used to develop an understanding of the expected well flow rates, aquifer geometric and hydraulic properties, and aquifer geochemistry. NOTE: Test well drilling is not included in this scope of work. 3.Contact local, state and municipal representatives to review permitting constraints and outline the process of obtaining the necessary approvals to install and operate an ATES system. 4.Develop a conceptual engineering design. Provide a schematic design to be used for the basis of a design-build contracting effort. Develop the recommended technical description for the system to be procured for each site. To the extent possible, develop standard language that, with minor modifications to make it specific to each site, can be used across VA for all ATES procurements of the same type. The intent is this language will become an integral component of the submitted reports released to solicit proposals for designing and installing ATES systems of particular types at specific VA sites. 5.An estimate of the incremental cost and incremental energy savings will be analyzed and a life cycle cost determined based on financial parameters. 6.Identify sources of grants and other funding mechanisms that may be available to offset the cost of the ATES system. 7.Prepare a Phase I Feasibility Study Report to document the results and findings. The report will include an estimated thermal load that could be met by an ATES system, a financial evaluation, along with recommendations for Phase II activities, as appropriate. The VA shall provide the contractor the following to complete this project: 1.Available facility drawings depicting the project site with buildings, paved and landscaped areas, topography, vegetation and wetland boundaries and setbacks, exclusion areas, wastewater treatment facilities, public or private supply wells and monitoring wells. 2.The operational parameters of the existing cooling systems including total cooling demand, flow rates, and operational temperatures. 3.Engineering estimates of the monthly cooling load and the peak thermal power demand met both data centers and other conditioned spaces under existing and proposed future conditions. 4.Summary of capital expenditures that will be required to maintain, update or replace the existing cooling systems over the next 20 years. Appendix 1 lists the site information for this project. All the lsited buildings shall be evaluated alone, and in combinations (e.g. the "Big Circle" at Chillicothe) that may enhance the system's feasibility, and maximum the energy-saving potential. The FS shall consider one building (or combination of buildings), as one loop (e.g. the cooling loop), and another building (or combination of buildings), as another loop (e.g. the heating loop). The period of performance for this contract is 120 days. 2.2 Site Investigation 1)The contractor shall conduct adequate site visits. The VA anticipates that a one day (minimum) site visit would be required to gather data at the site and inspect the site for the Schematic Design, Acquisition Support and Design Review. The purpose of the site visit is to observe and evaluate existing field conditions as necessary to accomplish the work. The contractor's site visits shall consist of an adequate number of specialized personnel. Follow-up site visits may be needed during the process of report preparation, if deemed necessary. Reports summarizing the conditions observed, personnel contacted, and data gathered during the visits shall be included in the Draft and Final reports. 2)The contractor shall notify the assigned facility COTR and VA-PCAC/NEBC CO for each site visit at least 7 calendar days in advance of planned site visits. The VA will provide the contractor with the information about a single point of contact at the facility. The contractor shall provide a Site Visit Plan in accordance with the Schedule of Deliverables, listing the planned subject matter expert personnel and number of days at the site. 3)During the site visit, walkthroughs of the impacted areas shall be conducted. VA facility personnel will escort and participate in each site visit walk-through of all areas providing appropriate assistance, access and information. The contractor shall obtain appropriate measurements and coordinate data collection of key equipment operating parameters during the walk-through. 4)The contractor shall also verify through inspection and testing (with COTR approval) the location, capacity and condition of all utilities including mechanical and electrical equipments effected by any ATES project. Initial site visits shall be conducted in accordance with the Schedule of Deliverables. 2.3 Data Collection 1)The COTR will provide the Contractor updated billing histories for facility electricity, fossil fuels (natural gas, fuel oil and coal for example), water, sewer, purchased steam and purchased chilled water. VA facilities will also provide access to a full set of as-built drawings and schematics for each facility, if available. 2)As a minimum, the following information, but not to be limited to these items only, shall be coordinated, obtained, gathered and/or collected by the contractor: a)Monthly utility bills for at least 24 months usage. b)Updated billing histories for electricity, fuels (natural gas, fuel oil, coal, etc), water, purchased steam and purchased chilled water (minimum three years). c)General building information: size, function, major equipment, and occupancy schedules. d)O&M records. e)All available incentives, grants and rebates. f)Tariff information for natural gas and electricity. g)Description of site operations. h)Any potential or existing adverse conditions for ATES projects at the site, (e.g. presence of endangered species, site/facility listed on historical lists, special community interests, seismic, etc.) i)Availability of water, source of water, state/local water use restrictions and water cost j)Availability of natural resources (i.e. lakes, rivers) to be used as potential heat sinks for facility chiller operations or other applications, as appropriate. State records of soil conditions in local vicinity, if available. 2.4 Technical Analysis 1)Using the data and information gathered, the contractor shall determine the feasibility of installing an ATES system to meet the facility requirements within Contractor stated temperature and heat transfer parameters. Contractor shall discuss design options dependent upon local vicinity test well drilling results, state records, and/or successful geothermal installations in the region. In the process, the contractor shall perform detailed technical analyses, determine energy balance, investment cost and the economic merit of the alternative selected. The contractor shall graph monthly utility loads and shall also use computer modeling of the utility bills to ensure that savings predictions are modeled on real tariffs. 2)Calculations shall be titled with each analysis clearly indicating subject/problem being studied, applied references, assumptions, and analysis of answer. In the process the contractor shall: "Develop the profile of the various process steam/ hot water demands. "Develop a profile for electric power. "Determine present power availability and its present and expected future cost. 3)Using a minimum of two years of data, the contractor shall develop whole-facility energy baseline models which include, but are not limited to, whole facility electricity, cooling energy, and heating energy models. Component baseline models shall be represented using the most relevant physical parameter(s) as the independent variable(s). The baseline energy models can be developed using one or more of the following types of data: "Short-term measured data obtained from data loggers or the EMCS system. "Long-term hourly or 15-minute whole building energy data, such as whole-facility electricity, cooling and heating consumption. "Utility bills for heating, cooling, and hot water. 4)The Contractor shall determine mechanical equipment capacities, utility locations and potential interconnection points for the potential new systems based on the as-built blueprints, drawings and schematics for each facility, if available. The Contractor shall recommend the optimum system by analyzing and determining the requirements of the facility, site conditions, etc. The Contractor shall determine the appropriate system size and water heating/cooling production potential and provide a conceptual layout and initial design of the system. It is expected geothermal modeling software will be utilized to model, size, and optimize a system. Technical topics to consider, and the resulting reporting, shall include, but not be limited to: a.Existing facilities conditions b.Compliance with VA Construction Specifications 1.http://www.cfm.va.gov/til/spec.asp c.O&M Requirements d.Regulatory and Environmental Requirements e.Need to modify existing Electrical infrastructure. f.Required new control system for new equipment. g.Construction Requirements h.Utility Interconnections i.Environmental Compliance j.National Historic Preservation Act impacts k.Inclusion of Auxiliary Heating and cooling, if required l.Required maintenance and repair m.Required insurance n.Compatibility With VA Operations And Local Laws, Codes, Regulations, And Standards 2.5 Financial Analysis 1)The evaluation shall contain sufficient information of proposed capital investments that are expected to reduce the long-term facility operating costs to determine whether proposed projects are economically feasible. The Contractor shall conduct a comprehensive financial analysis for the identified project for each site. The contractor shall determine if any significant energy conservation opportunities exist as a result of this project implementation. 2)In the process, the contractor shall provide detailed estimated costs to implement each project, including new equipment, labor, O&M costs, overhead and profit, and other relevant costs, including the source of the data/cost. The contractor shall compute Life Cycle Cost (LCC) for project alternatives, compare project alternatives in order to determine which has the lowest LCC, perform annual cash flow analysis, and compute net savings (NS), savings-to-investment ratio (SIR), and adjusted internal rate of return (AIRR) for project alternatives over their designated life-cycle period. 3)Project costs will be engineering estimates. The contractor shall follow accepted engineering practices with vendor quotes only as necessary. In practice, a combination of previous project experience, vendor budgetary figures and standard references such as Means Cost Data shall be used. These will be cross-checked against other known metrics to ensure that cost estimates are within the tolerances of engineering estimates. 4)In addition, the Contractor shall also be responsible for evaluation of the following four financing options for ATES system installation. These financing options are: "Energy Savings Performance Contract (ESPC) "Utility Energy Savings Contract (UESC) "Enhanced Use Lease (EUL) "Direct Funding. 5)The contractor shall analyze whether the operating and investment costs result in sufficient rate of returns after debt obligation. In the analysis, the contractor shall evaluate design and installation cost, operating cost, power purchased, operating labor, chemical, and maintenance; investment-associated cost including, but not limited to, investment tax credits, depreciation, local property taxes, and insurance. 6)The contractor shall evaluate the potential impacts of utility and/or state rebate and tax incentive programs designed to encourage the use of ATES systems. The Contractor shall account for any varying incentives due to system capacity and shall analyze proposed systems at varying capacities to maximize any incentives available at that location. The Contractor shall clearly state proposed costs for systems both with and without such incentives. 7)The contractor shall provide a detailed breakdown of the cost including equipment, construction, capital cost and source of the data/cost and how and where this cost data was obtained. 2.6 Evaluation of Design and Construction Needs 1)The Contractor shall evaluate any long-range facility planning constraints to determine logistical and environmental barriers that may impact the project. Such issues include (but are not limited to) historical buildings, state regulations, planned or pending building modifications, anticipated change in facility use. The analysis should anticipate changes to facility use, or upcoming major modifications. 2)The contractor shall establish and document potential locations for the new plant detailing any physical limitations that may impede construction such as (but not limited to) noise and pollution from various ATES systems, and the physical dimensions of equipment. 3)The contractor shall identify site difficulties, such as (but not limited to) poor access, facility preferences for contractors including modifiers for security precautions, rigging, structural enhancements and modifications to the facility that will impact the project cost. The contractor shall provide recommendations on how to minimize the impact of construction on facility use when performing a construction project of this type at an operating medical center. Recommendations shall include how to pre-arrange and schedule for interconnections of the ATES system to the existing building and utility systems with minimum interruption possible. 4)The report shall also include an estimate of approximate number of days for construction completion. These days may change due to special requirements in the project, seasonal variations in weather or climatic conditions, etc. 5)The report shall include detailed descriptions of what is involved in site preparation, anticipated concerns and problems involved during the construction phase such as, (but not limited to) disposal of materials (including hazardous materials), site and building access issues, environmental and safety issues, economic impact, chemical materials concerns, and permits and requirements impacts. 2.7 Report Information 1)The Contractor shall prepare and submit all Draft and Final reports to the COTR. Final Reports shall be prepared in two hard copies on standard white bond paper or formatted sheets, 8 1/2 x 11 inches (216 mm x 279 mm), bound in three-ring notebooks. The Contractor shall also submit three copies of electronic files in original and.pdf formats on CDs to the COTR. 2)All reports shall be: a)In the final prescribed format; b)Reflect resolution of all COTR comments; c)Be written in layman's language with limited technical terminology; d)Not contain technical, statistical, or scientific terminology without providing related explanatory information; e)Include a Table of Contents and Appendices; f)Include a glossary of terms or explanations; and g) Contain all contract numbers, date prepared, logo of the company, address, telephone number, and other pertinent information. 3)Report Outline: The Draft and Final Schematic Design, Acquisition Support and Design Review shall include (but not be limited to) the following headings and sections, in any order. a)Executive summary; b)Introduction; c)Existing conditions (including campus layout, plant, utility interconnections, project site map showing all surrounding including important features, roadway, etc.); d)Personnel contacted; e)Concept Diagram - Concept diagrams/drawings of demolition plans, layout plans showing excavation, piping layout, connection, and other appropriate areas; f)Rank conceptual designs in terms of effectiveness and desirability and provide the overall recommendation for the proposed ATES installation; g)Recommendations for Categorical Exclusions or Environmental Assessment for the proposed ATES project to ensure VA compliance with National Environmental Policy Act (NEPA) and VA regulations; h)Summarize findings from the site visit, technical and financial analyses feasibilities; i)Applicable incentives and Renewable Energy Certificates; j)Estimated costs for the recommended ATES systems; k)Estimated savings for the recommended ATES systems; l)Green House Gas Emissions m)Measurement & Verification Plans; n)Foundation and subsurface soil Issues/Criteria: Discuss potential Environmental issues and resolutions, discussion of Federal, State, and local standards, regulations, such as the Clean Air Act, PURPA, ATES energy project issues related to rules and regulations - Primary Federal Environmental regulation Governing Energy Development (Federal Water Pollution Control Act, Safe Drinking Water Act, Clean Air Act, Resource Conservation and Recovery Act, etc). Discuss soil conditions and conductivity through successful geothermal installations in the region, satellite imagery, state records, previous test wells in the region, etc. o)Safety Issues and Criteria; p)Alternatives and Recommended Alternative; q)Permit Issues and resolution: The report shall include process of obtaining permits, telephone numbers, points of contact, and types of permits needed, etc.; r)Financial issues and resolution; s)References: List applicable publications with dates to be used for the preparation of the assessment report; and t)Appendix. Each report shall be signed by the Contractor personnel who prepared the report and/or is responsible for its preparation. 2.4.1 COTR Review of Reports The COTR will review all Draft and Final reports to verify completeness of the report and compliance with contract requirements. The reviews by the COTR are not to be interpreted as resulting in an approval of the Contractor quality of the work toward meeting contract requirements but are intended to discover any information which can be brought to the Contractor's attention which might prevent costly errors and misdirection. The Contractor shall remain completely responsible for completing the reports in full compliance with the requirements of the contract. 1)Constructive and corrective comments generated during the COTR review will be provided to the Contractor within 14 calendar days after receipt of the Draft report by the COTR with a copy to the VA National Energy Business Center (NEBC) Contracting Officer (CO). The Contractor shall respond to the comments within 10 calendar days of receipt of comments from the CO/COTR. 2)The Contractor shall respond to all report review comments in writing to the COTR and CO, indicating one of the following: (1) Adoption and action taken, (2) Adoption with modifications and action taken, (3) Alternative resolution and action taken, or (4) Rejection. 3)In cases other than unqualified adoption, the Contractor shall provide a statement as to why the reviewer's comments and/or recommendations are inappropriate. Any disagreements will be referred to the CO for a final decision. Report review comments shall not relieve the Contractor from compliance with terms and conditions of this contract. Government Acceptance (and for purpose of payment) occurs after the delivery of the Final Report by the Contractor and review by COTR and resolution of comments of the Final Report. Acceptance will be made by the COTR with a copy to the CO. 3.0SCHEDULE 3.1 Submittal Schedule The contractor shall provide the Contracting Officer's Technical Representative (COTR) with biweekly written progress reports via electronic mail. The written progress reports will address the project status, e.g., work completed, work to be accomplished, list of open issues, and final deliverables for invoicing. The contractor shall participate in status discussions as requested by the COTR. The Contractor's proposed schedule shall address the following deliverables: SubmittalDue No Later Than (Calendar Days) Project Task ScheduleWith Proposal Site Work Schedule and Visit Plan 7 Days after NTP Feasibility Draft Reports60 Days after NTP Feasibility Final Reports20 Days after receipt of VA comments OPTION - Schematic Design Effort and Acquisition Support 25 Days after receipt of design package and as identified in each order. For Schematic Design and Drawings. CLINSUBMISSIONDELIVERYFORMAT 0001Schematic Design for VA Review4 weeks after issue of notice to proceed (NTP)E-mailed electronic file VA Review2 weeks after receipt of draftE-mailed electronic file Final Schematic Design for VA 1 week after issue of VA commentsE-mailed electronic file Two (2) mailed CD's All submittals shall be submitted in 2 hard copies and in electronic (MS Office and.pdf) format. 3.2Scheduling All schedules shall be in Microsoft MS Project format. 3.2.1Project Task Schedule. After award, the Contractor shall revise and update the schedule provided with the proposal. The VA will review and approve the revised Contractor's Project Task Schedule. 3.2.2 Site Work Schedule. The Contractor shall develop a Site Work Schedule including a Site Visit Plan for Orders showing all required tasks, milestones, descriptions and dates from NTP to completion. 3.2.3The Contractor shall arrange its on-site work so that it will not interfere with normal Government business. The Contractor shall develop a schedule for all on-site work and important tasks to complete contract performance from contract NTP through delivery of final report. After award, in no event shall the Contractor change the approved schedule without the consent of the CO. 3.2.4If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site's normal working hours, which normal working hours are specified below, it may submit a request for approval to the COTR at least seven (7) days prior to the proposed start of such work. The Contractor shall not be reimbursed for any overtime work regardless of circumstances and is not entitled to an increase in contract price. 3.2.5Normal work hours for VA facilities are 8:00 am to 4:30 pm Monday through Friday except for Federal Holidays. Any deviations from this schedule will be identified by the COTR. 3.2.6The holidays observed by the Federal Government are: New Year's DayJanuary 1 Martin Luther King Day3rd Monday in January Presidents' Day3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans' DayNovember 11 Thanksgiving Day4th Thursday in November Christmas DayDecember 25 Any other day as declared as a holiday by the President of the United States. Holidays that fall on a weekend are normally observed on the closest weekday. 4.0 CONTRACTOR REQUIREMENTS, CONFIDENTIALITY, AND NON-DISCLOSURE 4.1)The contractor shall follow all VA rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations. 4.2)The contractor staff and management may have access to some privileged and confidential materials of the VA, such as, budget and strategic plans. These printed and electronic documents are for internal use only, are not to be copied or released without permission, and remain the sole property of the United States and DVA. Some of these materials may be protected by the Privacy Act of 1974 (revised by PL 93-5791) and Title 38. Unauthorized disclosure of Privacy Act or Title 38 covered materials is a criminal offense. 4.3)Regulatory standard of conduct governs all personnel directly and indirectly involved in procurements. All personnel engaged in procurement and related activities shall conduct business in a manner above reproach and, except as authorized by statute or regulation, with complete impartiality and with preferential treatment for none. The general rule is to avoid strictly any conflict of interest or even the appearance of a conflict of interest in VA- Contractor relationship. Questions shall be referred to the VA NEBC Contracting Officer for clarification or resolution. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors- Commercial Items, 52.212-2, Evaluation-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. 52.212-2 Evaluation-Commercial Items. EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The Government reserves the right to award without discussions; vendors shall submit their most favorable terms. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your proposal. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov. SDVOSB's must be registered in VA's Vendor Information Pages database: https://www.vip.vetbiz.gov/ Proposals and accompanying information are due no later than 12 p.m. EST, Friday July 6, 2012. Proposals must be sent by email to steven.grzybowski@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/52fd4a2457b187f31679fd27ec463854)
- Document(s)
- Attachment
- File Name: VA701-12-R-0156 VA701-12-R-0156_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=375948&FileName=VA701-12-R-0156-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=375948&FileName=VA701-12-R-0156-001.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-R-0156 VA701-12-R-0156_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=375948&FileName=VA701-12-R-0156-001.docx)
- Record
- SN02781680-W 20120622/120621000612-52fd4a2457b187f31679fd27ec463854 (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 |