The RFP Database
New business relationships start here

Install Solar Panels on Parking Structure 1 Veterans Affairs Palo Alto Health Care System (VAPAHCS)


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS:

INTRODUCTION:

In accordance with Federal Acquisition Regulation (FAR) Parts 10, Market Research and 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, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Install Solar Panels on Parking Structure 1 project at Veterans Affairs Palo Alto Health Care System (VAPAHCS) located at 3801 Miranda Avenue, Palo Alto, California 94304. This is a Design-Bid-Build project.

PROJECT DESCRIPTION:

Provide complete construction services for installation, testing and commissioning of new solar photovoltaic panel system and canopy for Parking Structure 1 at the VAPAHCS Palo Alto Division Campus. This includes all steel framing and trellis structure, solar panels, lighting and branch wiring, utility connection and metering. Selective Demolition shall be required to integrally connect the solar panel canopy structure to the existing parking garage structural system. Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and material and perform construction of the Install Solar Panels on Parking Structure 1 project, located at 3801 Miranda Avenue, Palo Alto, California 94304 and as further detailed and required by the construction documents and specifications.

PROCUREMENT INFORMATION:

The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if 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 April 2017. 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 $36.5 million) applies to this procurement. The duration of the project is currently estimated at 180 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 in the following format:

Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email.

Section 2: 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners.

Section 3: Provide a Statement of Interest in the project.

Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response:
No more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.
Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work.
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.

Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.

Section 6: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information.

It is requested that interested contractors submit a response (electronic submission) of no more than 8 single sided pages, 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 4MB 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. Submissions (responses) shall be submitted via email to the primary point of contact listed below by March 29, 2017 at 3:00 PM ET. No phone calls will be accepted.

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.

Contracting Office Address:
VA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact:
Steven Grzybowski
Contracting Officer
steven.grzybowski@va.gov

Steven Grzybowski
Contract Specialist
216-447-8300 ext 3584

steven.grzybowski@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP