New York Bids > Bid Detail

R499--STUDY TO ELIMINATE DISTRICT STEAM AT SYRACUSE VA |

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159730738347844
Posted Date: Jan 12, 2023
Due Date: Feb 2, 2023
Solicitation No: 36C24223R0010
Source: https://sam.gov/opp/df600b9d1f...
Follow
R499--STUDY TO ELIMINATE DISTRICT STEAM AT SYRACUSE VA |
Active
Contract Opportunity
Notice ID
36C24223R0010
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 12, 2023 03:54 pm EST
  • Original Response Date: Feb 02, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    800 Irving Ave Syracuse NY 13210 ,
Description
Introduction:
This is a Small Business Sources Sought notice (SBSS). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. (541330)  Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.  An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
Project Description and Requirements:
The Contractor shall perform an analysis of the existing steam systems served by district steam, the on-site heating hot water boilers and their excess capacity, and available space for additional heating hot water boilers, storage of backup fuel, alternatives to the instantaneous steam domestic water heaters (such as gas-fired and/or heat pump systems), and heat pumps for serving our five co-located hot water and chilled water supplemental heating/cooling stations. The main building (building 1) is approximately 673,021 square feet. Building 16, is a 3,700 square foot facility near building 1 and should also be included in the scope of work. There are forty-nine (49) air handlers and sixteen (16) heating hot water stations in building 1. Seventeen (17) air handlers and ten (10) of the hot water stations are already served by the existing hot water boilers. There is one air handler and one hot water station in building 16, both served by district steam. All air handlers will require humidification systems. The air handlers whose preheat coils are not currently served by the existing hot water boilers and are solely served by district steam shall be connected to a new heating source, such as heating hot water and glycol or electric, as appropriate. There are three (3) steam sterilizers with backup electric steam generators that may need a water treatment system if their electric steam generators are used as the primary source of steam. There is one (1) autoclave served by steam, and it has an electric steam generator as a backup that will need treated water. Two (2) other steam fed equipment, one (1) cage washer, and one (1) steam cleaning wand that are currently served only by district steam, thus will require modifications or replacement. The existing natural gas line from the street to hospital s gas meter is likely insufficiently sized for the proposed increased gas demand, thus it s upgrade shall be included in the schematics and analysis.
The Contractor shall develop schematics which will be the basis for their construction cost estimate and Life Cycle Cost Analysis. These schematics would approximate 35% of a complete project design and will be an outline for a possible follow-on Design Development and Construction Document design phases, which may be performed by a different firm.
The owner will provide the selected Contractor with a list of equipment schedules (air handlers, heating hot water stations, existing boilers, domestic hot water systems, etc). The owner will also provide historical monthly steam consumption and costs, and the historical demand on the existing heating hot water boilers.
The objectives of this project is for the Contractor to provide the following :

First Submission: INVESTIGATIVE & FEASIBILITY. This submission shall be submitted to the Contracting Officer thirty (75) calendar days after receipt of the Notice to Proceed (NTP). This submission includes investigative services and the development of the thermal energy load profiles for the Syracuse VA campus, existing hot water boiler load and capacity, and humidification load. The A/E shall also develop the load profile for the five heating and cooling stations for consideration for use of heat pumps to transfer energy between the loops. The A/E shall show proposed locations of all new equipment and existing equipment served by the proposed concept. The A/E shall perform a preliminary Life Cycle Cost Analysis and provide a written narrative regarding the feasibility of disconnecting from district steam. VA review time is expected to be no more than fourteen (14) calendar days for this First Submission submittal.
Second Submission: CONCEPTUAL DESIGN. This submission shall be submitted to the Contracting Officer sixty (75) calendar days after receipt of VA s comments on the first submission. This submission includes a conceptual plan and location for the equipment, such as heating hot water boilers, heat pumps, and low-pressure steam humidification boilers or other humidification alternatives. The plan shall also provide proposed pipe routing from thermal generating equipment to loads (i.e. air handlers, hot water stations, etc). Consider electric steam generators for sterilizers, cage washers, and kitchen steam kettles. The calculated natural gas demand shall be used to determine the size of the gas service. The existing gas main between the building meter and the east side of Irving Avenue is already at capacity, thus the cost of an upgraded gas service shall be included. The A/E shall provide a life-cycle cost analysis based on the proposed concept. Include estimated campus-wide Greenhouse Gas Emission reductions due to the proposed concept compared to the current sources of energy. The A/E shall consider all comments generated by the first review in their second submission and provide an estimate of probable construction cost and an updated Life Cycle Cost Analysis. VA review time is fourteen (14) calendar days for the Second Submission submittal.
Final Submission: Final feasibility study narrative and Life Cycle Cost Analysis, schematics, and probable construction cost shall be submitted to the Contracting Officer thirty (30) calendar days after receipt of the VA s second submission comments. Provide 2 paper copies of the report. On a DVD, or via ftp site, provide an electronic version in PDF format.
Anticipated Period of Performance:
Total Design Period shall be two hundred and eight (208) calendar days from Notice to Proceed.
Other important considerations:
The Contractor shall have prior experience and demonstrated success in the areas of energy studies. Respondents shall have demonstrated the capabilities to perform feasibility steam studies and conceptual drawings for quality improvements that are valid and reliable and a cost savings.
Information Sought:
The tailored response to this Small Business Sources Sought notice should describe the requested information below.
Respondents must provide, as part of their response, information concerning:
a) Staff expertise, including their availability, experience, and formal and other training;
b) Current in-house capability and capacity to perform the work at the scale/magnitude of the feasibility study and schematic design;
c) Corporate experience and management capability;Â
d) Prior completed projects of similar size and nature that involve maintaining and managing multiple, multi-faceted activities concurrently at the highest level of professional and scientific quality;
e) Examples of prior completed Government contracts, references, and other related information; and
f) Any applicable Governmentwide Acquisition Contracting (GWAC) vehicle information (example: GSA Schedule and SIN).
Information Submission Instructions:
Interested qualified small business organizations should submit a tailored capability statement for this requirement.
The cover page must include the following:
UEI number
Organization name
Organization address
Size and type of business (e.g., SDVOSB; VOSB; SB;8(a), HUBZone, etc.) pursuant to NAICS code 541330.
Technical point(s) of contact, including names, titles, addresses, telephone, and e-mail addresses.
All Capability Statements sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via e-mail) to sandra.fisher3@va.gov, Contract Specialist, in MS Word, or Adobe Portable Document Format (PDF), no later than 10:00 AM EST on February 02, 2023. Responses should not exceed 5 single-sided pages (including the cover page, all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above.
Disclaimer and Important Notes:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation will be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 12, 2023 03:54 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >