Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2015 FBO #4850
DOCUMENT

Y -- Michael E. DeBakey Houston VAMC Solar PV Design-Build - Attachment

Notice Date
3/4/2015
 
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
VA70115R0065
 
Response Due
3/20/2015
 
Archive Date
5/19/2015
 
Point of Contact
Scott Elias
 
E-Mail Address
ak
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Table of Contents: Section I, General Information Section II, Summary of the Scope of Work Section III, Solicitation Information Section IV, Step One Requirements Section I, General Information: The Department of Veterans Affairs Program Contracting Activity Central (VA-PCAC) is conducting an Advisory Multi-Step Process in accordance with FAR Part 15.202 and Design/Build Selection Process (FAR 36.303) to design and construct a Solar PV System for the Michael E. DeBakey Houston VA Medical Center. This procurement will be a 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB). Step one in this process, VA-PCAC is requesting interested parties to submit a Written Letter of Interest and information specified in Section IV of this notice. Once received, the Government will then evaluate the information to determine who would likely be a viable competitor. After completion of the evaluation, the Government will notify, in writing, each firm whether the Government believes, based upon the submission, it would likely be a viable competitor in the resultant acquisition which VA-PCAC expects to conduct. Potential Offerors that meet the submission requirements outlined in the solicitation and provided a written response to this multi-step pre-solicitation notice may, at its election, participate in the expected resultant acquisition regardless of the advice provided by the Government in response to its submission. Potential Offerors that do not submit written responses to this pre-solicitation notice will not be eligible to compete in the subsequent steps of this procurement. Parties contemplating participation in the resultant acquisition are strongly encouraged to participate in this Advisory Multi-Step Process. Section II, Summary of the Scope of Work: Provide the necessary labor, material, equipment and qualified supervision to design and construct a fully functional Photovoltaic Solar System and a Solar Thermal Hot Water System for the Michael E DeBakey VA Medical Center, located at 2002 Holcombe Blvd., Houston, Texas, 77030. The Photovoltaic Solar System and Thermal Hot Water System are to consist of the following: "Base Item: Canopy structures are to shade parking spaces in Parking Lots I and J. Said installation providing an estimated 2 MW of power (DC Wattage). Solar panels to be fixed and installed at a 5 degree tilt, not less than twelve (12) feet above the existing parking lot surface. Degree of azimuth to be determined by contractor for maximum UV exposure. The proposed canopy structure shall be configured to maximize all available parking lot space, to include aisle ways. "Option Item: Canopy structures are to shade parking spaces in Parking Lots N, P and R; said installation providing an estimated 3 MW of power (DC Wattage). Solar panels to be fixed and installed at a 5 degree tilt, not less than twelve (12) feet above the existing parking lot surface. Degree of azimuth to be determined by contractor for maximum UV exposure. The proposed canopy structure shall be configured to maximize all available parking lot space, to include aisle ways. "Option Item: Solar Thermal Hot Water System. The Solar Thermal Hot Water System shall include approximately 40 (4' X 8') Flat Plate collectors, and installed at an approximate 30 degree tilt. The area of installation is estimated to be 2500 square feet. The total thermal output of the system is estimated at 250.6 MMBtu annually. The Thermal Hot Water System is to supplement the heating of two 25,000 gallon patient therapeutic pools. Work includes all structural elements, concrete placement, grounding / bonding, lightning protection, DC / AC electrical distribution, lighting under canopies, peripheral lighting, grading, trenching, asphalt repair / replacement, landscaping / irrigation repair, relocation of security cameras impacted by the canopy installation, connection to therapy pool water and filtration system and the installation and interconnection of a complete Photovoltaic Solar System and Thermal Hot Water System. Drawings, standard details and Specifications shall be completed and submitted to the VA for approval prior to starting the work. The VA's Master Specifications and standard details can be found at the Technical Information Library at www.cfm.va.gov. The Contractor shall provide a PV system installation that will aesthetically match the surrounding buildings, structures and landscape and minimize any negative visual impact. Contractor shall provide proposed designs to VA for approval. Contractors shall submit photo renditions of the proposed design with design submittals. In this design-build scenario the Contractor is solely responsible for determining the techniques, means, methods, and materials for installation to meet the requirements of this contract. All work will comply with the current OSHA Construction Regulations 29 CFR 1926, all applicable VA Design Guides / Details, and any applicable local code requirements. Parking at the VA Medical Center is at a premium, to the extent that NO on-site or off-site temporary parking is available. Installation of the canopy structures, installation of PV Modules, and related work shall be accomplished during other than normal working hours. Prosecution of the work will have to be accomplished in multiple phases. Coordination of effort (phasing of the work) with the VA Medical Center is absolute. Below are the construction phasing parameters applicable to this project: The work shall be performed between the hours of 6:00 pm and 6:00 am, Monday through Friday. The contractor may also work weekends with advance notification to the Contracting Officers Representative and in coordination with the medical center. The work will be picked up thirty (30) minutes prior to the end of each shift to allow for staff, visitor and patient parking during normal working hours. A laydown / fabrication area will be available to the contractor for his exclusive use and approximately ten (10) parking spaces in each lot ( area of work ) will be dedicated to the contractor as a mini laydown / fabrication space immediately adjacent the work. Coordination with the COR and Medical Center is imperative. The work will be performed in multiple phases, requiring the submission and approval of a construction phasing schedule, depicting how the work will be prosecuted from lot to lot. Schedule shall conform to the requirement of Specification Section 01 32 16.17 CPM Schedule (Small Projects-Design Build). Schedule to be approved prior to the start of work. Section III, Solicitation Information: In accordance with FAR part 15 The Government intends to award a contract or contracts to the responsible Offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors in the solicitation. Responsibility determination will be made in accordance with FAR 9.1, Responsible Prospective Contractors. All evaluation factors other than cost or price, when combined, are significantly more important, than cost or price. Evaluations will be based on the following evaluation factors. Evaluation factors are listed in descending order of importance. 1.Technical Approach 2.Management Plan 3.Past Performance 4.Cost/Price The Period of Performance for this project is 545 calendar days after NTP is issued. Estimated Cost Range is between $20,000,000.00 - $50,000,000.00. Tentative Schedule: MilestoneDate Pre-Solicitation (Step 1)3/4/2015 Responses Received (Step 1)3/20/2015 Notification of Viable/Non-Viable Status (Step 1)3/25/2015 Solicitation Issued (Step 2)3/25/2015 Pre-Proposal Conference (Step 2)3/31/2015 Technical Questions Submission Suspense Date4/6/2015 Proposals Received(Step 2)4/30/2015 Contract Award(Step 2)6/12/2015 Notice to Proceed7/20/2015 Estimated Project Completion1/15/2017 Section IV, Step One Requirements: If you are an interested firm, please provide a response to the questions below with a Written Letter of Interest. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Your Written Letter of Interest shall not exceed 20 pages in Microsoft arial size 12 font and shall be submitted via email to scott.elias@va.gov. PDF or Microsoft Word format is acceptable. All responses shall be received by March 20, 2015, 4:00 PM EDT. 1.Provide company name, DUNS number, company address, Point-of-Contact name, phone number, fax number, email. 2.Corporate Experience: Provide no more than three projects completed or ongoing within the last three years in which the Offeror's proposed design build team has worked together on previous design build contracts similar in size, complexity and scope to this project. The Offeror's submission should include at a minimum: a.Project title, location and brief description of the Scope of Work. b.Project owner and name and telephone number of the owner's contact person. c.Project Prime Contractor and Major Subcontractors. d.Project Statistics including start and completion dates (original vs actual) for design and construction; project cost and solar PV system size. 3.Key Personnel Experience: At a minimum, provide resumes for the following key personnel proposed for this project: a.Overall Project Manager. b.(Architect) Design Project Manager. c.Construction Project Manager. d.Project Site Superintendent. e.Architect/Engineer Field Representative. f.Electrical Engineer g.Structural Engineer 4.Capability to Perform: a.Provide a letter from your surety demonstrating offeror's total bonding capacity, current available bonding capacity and expected available bonding capacity for 2015. b.Provide the offeror's current workload and availability of adequate staff to manage and complete this project within the period of performance outlined in Section III. c.Per VHA Directive 2011-036 Safety and Health During Construction, Occupational Safety and Health Administration (OSHA) and Environmental Protection Agency (EPA) Violations: For a Contractor to be eligible for an award, a Contractor shall have no more than three (3) serious, or one (1) repeat, or one (1) willful OSHA or EPA violation(s) in the past three (3) years and have an Experience Modification Rate (EMR) of equal to or less than 1.0. Provide information demonstrating that your firm has had no more than three (3) serious, or one (1) repeat, or one (1) willful OSHA or EPA violation(s) in the past three (3) years and have an Experience Modification Rate (EMR) of equal to or less than 1.0. ****Note, past performance surveys will be utilized in Step 2 for evaluation of past performance. In Step 2, Offerors will be required to submit a past performance survey to all references (project owners) for projects submitted under Corporate Experience in Step 1. In the event the company itself does not have relevant past performance, past performance surveys may be submitted on contracts performed by the Key Personnel proposed under Key Personnel Experience in Step 1.****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ac2fec0ce92c0faa586e8b920ea1b9b)
 
Document(s)
Attachment
 
File Name: VA701-15-R-0065 VA701-15-R-0065_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1897579&FileName=VA701-15-R-0065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1897579&FileName=VA701-15-R-0065-000.docx

 
File Name: VA701-15-R-0065 PARKING LOT LOCATIONS HOUSTON VAMC.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1897580&FileName=VA701-15-R-0065-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1897580&FileName=VA701-15-R-0065-001.pdf

 
File Name: VA701-15-R-0065 VA-PCAC Response to Frequently Asked Questions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1897581&FileName=VA701-15-R-0065-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1897581&FileName=VA701-15-R-0065-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Michael E. DeBakey Houston VAMC;2002 Holcombe Blvd.;Houston, TX.
Zip Code: 77030
 
Record
SN03658618-W 20150306/150304235137-4ac2fec0ce92c0faa586e8b920ea1b9b (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.