Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Y--Wind Turbine(s) VA Medical Centers St Cloud, MN and Big Spring, TX

Solicitation Number: VA-776-09-RI-0068
Agency: Department of Veterans Affairs
Office: Brecksville (Cleveland) VAMC
Location: Department of Veterans Affairs Medical Center
  • Print
:
VA-776-09-RI-0068
:
Sources Sought
:
Added: Dec 30, 2008 4:07 pm
This Sources Sought Notice (SS) 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.

1. The Department of Veterans Affairs (VA) is seeking interested sources (contractors) for a near-future solicitation and procurement to design and install Wind Turbine Electric Generating Systems; two (2) projects, one (1) project at St. Cloud, MN and one (1) project at Big Springs, TX.



The VA is seeking a "Turn-Key" procurement, which will include all work.



The VA will not accept any offers that disclaim parts of the required work to make the unit complete and ready for use.



Feasibility studies for wind turbine installation projects at the two sites have been completed and will be provided upon request.

The offeror is to provide all anemometry studies, data and analysis, design services, support service for obtaining required permits, trainings, labor materials, tools, equipment and supervision to accomplish this project. The design and installation of this project shall not exceed 540 days from Notice to Proceed.



The performance objectives of the project are;

a. The wind turbine shall have a rated capacity between 300 kW and 750 kW.

b. Anemometrical / wind data will be measured or obtained by the contractor.



The work will include the following items but is not limited to: wind turbine, tower, foundation, necessary devices and connections between the wind turbine and main electrical service of the VA Medical Center(s), coordination with utility provider, advanced electrical metering for reporting (instantaneous and recording) performance and power production produced by the wind system, testing, balancing and commissioning of the wind energy system, and pre-solicitation site visits. The system is expected to operate on the customer side of the meter, but allow for possible exporting of power to the electric utility with net metering. Contractor will try to utilize green building materials where applicable. The project should meet VA design standards (http://www.va.gov/facmgt/standard/) wherever applicable.



Since 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. If a solicitation is released it will be synopsized in FedBizOps at web site https://www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. 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.



2. The estimated price of the combined projects is expected to be between $1,000,000 and $5,000,000.



3. Project Locations: The St. Cloud, MN site is located at the St. Cloud VA Medical Center, 4801 Veterans Dr., St. Cloud, MN. The Big Spring, TX site is located at the Big Springs VA Medical Center, 300 Veterans Blvd, Big Spring, TX 79720.



4. SUBMITTAL INFORMATION:



All responses must include the following information: Company name, cage code, CCR number, Dunn & Bradstreet number, company address, Point-of-Contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the SS number. Also please provide the following information in your response;



a. What type of work has your company performed in the past in support of the same or similar requirement?

b. Has your company been awarded a prime contract for a project of this nature before? Number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners.

c. Did the contract contain ISO requirements or similar type of controlled environment?

d. Has your company managed a team of subcontractors before?

e. What specific technical skills does your company possess which ensure capability to perform the described tasks?

f. Provide an explanation of your company's ability to perform at least 50% of the work with company resources versus support from subcontractors.

g. Provide company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.)



5. It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12 point font minimum that addresses the above information. Submissions (responses) shall be received by no later than January 21, 2009 3:30 P.M., Eastern standard time.



At this time, no solicitation exists. Therefore, DO NOT REQUEST A SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail only to the primary point of contact listed below.



Contracting Office Address:

VA National Energy Business Center (VA NEBC)

10000 Brecksville Rd.

ATTN: 001E(B)

Brecksville, OH 44141



Primary Point of Contact:

James Gates, Contracting Officer

E-Mail: james.gates@va.gov
:
VA National Energy Business Center;10000 Brecksville Rd.;ATTN: 001E(B);Brecksville, OH 44141
:
VA National Energy Business Center;(St. Cloud MN );(Big Spring TX);10000 Brecksville Rd;Brecksville, OH
44141
USA
:
James Gates, Contracting Officer

VA e-Mail