Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2009 FBO #2959
SOLICITATION NOTICE

56 -- IDIQ Design-Build for High-Performance Green Building Projects

Notice Date
12/29/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Procurement Management Division (WPP), 7th & D Streets, SW, Room 7107, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-10-YA-D-0031
 
Archive Date
1/13/2010
 
Point of Contact
Joseph Pastrana, Phone: 2022600420, Curtis Glover, Phone: 2022052868
 
E-Mail Address
joseph.pastrana@gsa.gov, curtis.glover@gsa.gov
(joseph.pastrana@gsa.gov, curtis.glover@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY and NON-RECOVERY UNITED STATES GENERAL SERVICES ADMINISTRATION NATIONAL CAPITAL REGION MULTIPLE AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY DESIGN-BUILD CONTRACTS FOR HIGH-PERFORMANCE GREEN BUILDING LIMITED SCOPE PROJECTS AND OTHER REPAIR AND ALTERATIONS PROJECTS The United States General Services Administration National Capital Region Public Buildings Service Design and Construction Division (GSA) announces an opportunity for multiple award indefinite delivery/indefinite quantity design-build contracts for high-performance green building limited scope projects and other repair and alteration projects. The U.S. General Services Administration submitted a plan to the United States Congress on March 31, 2009 (rev) detailing how it will expend the $5.55 billion authorized by the American Recovery and Reinvestment Act ("Recovery Act" or "ARRA"), including high-performance green building limited scope projects in the National Capital Region ("NCR"). A detailed list of those projects may be found at http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_OVERVIEW&contentId=25761. The general scopes of work for the proposed projects include, but are not necessarily limited to lighting replacement projects to decrease energy consumption; installation of high performance HVAC components in buildings which will decrease both energy consumption and operational cost; building tune-ups or recommissioning projects which will reduce energy demand and operational costs; integrated roof mounted photovoltaic systems for solar energy generation; fire and life safety projects; structural repair projects; miscellaneous plumbing, HVAC and electrical projects; building envelop projects; and other general repair and alteration projects. The estimated price range of GSA/NCR's current high-performance green building limited scope projects is between $300,000 and $2,700,000. In addition to the work that GSA needs to accomplish under the Recovery Act, NCR also undertakes numerous Repair and Alterations ("R&A") projects under its repair and alteration program. Historically, NCR implements approximately $70 million worth of such R&A projects annually. The types and kinds of these R&A projects are similar in size, scope, and complexity to those identified on the above-referenced list of Recovery Act projects. This is not a request for either a quote or proposal, or an invitation for bid. The intent of this presolicitation synopsis is to identify to potential offerors that a solicitation is forthcoming for multiple award indefinite delivery/indefinite quantity design-build contracts. The contracts will be solicited utilizing the two-phase design-build selection procedures contained in FAR 36.3. Qualification proposals will be evaluated in Phase I to determine which offerors will submit proposals for Phase II. In Phase I, GSA will select the most highly qualified offerors and request that those offerors submit Phase II proposals. In Phase II, GSA will select proposals for award utilizing Low Price Technically Acceptable Source Selection procedures. This synopsis will be posted for a minimum of fifteen days before the Phase I Request for Qualifications (RFQ) will be issued. GSA anticipates releasing the Phase I RFQ on or around January 19, 2010. The expected response date for the RFQ will be February 19, 2010. All questions regarding this synopsis should be submitted in writing. Resultant contracts will be Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts with guaranteed minimum orders which also permit the awardee to be considered for Firm Fixed Price (FFP) task orders for design-build construction services during a base period plus four one-year option periods. Any work executed under these IDIQs will be limited to the geographic boundaries of the National Capital Region. General construction, renovation, repairs, and alterations are contemplated under these contracts. The scopes of work will include, but not be limited to: 1) upgrading Building Systems via installation of high-performance HVAC components in buildings which will both decrease energy consumption and operations cost; 2) building tune-ups which include re-commissioning to reduce energy demand, reduce operation and maintenance costs, improve building system control, and occupant comfort (This may include hardware and software upgrades to the building control systems or replacing the existing building automation software systems-These building tune-ups include many small-cost, high-impact changes to motors, sensors, and equipment-Data input devices such as advanced utility meters and meteorological instruments may be included); 3) integrated photovoltaic projects which may include roof membranes that will be installed in locations suitable for solar generation (Integrated photovoltaic membranes consist of the installation of highly insulated roofing materials that contain an integrated photovoltaic roofing membrane); 4) lighting replacement projects which include high-performance lighting that will both decrease energy consumption and cost, and improve working conditions and productivity for building occupants to both improve the quality of light and working conditions and result in significant reduction in the lighting energy consumption; and 5) roof replacement projects which may include highly insulated roofs; highly insulated planted green roofs, and highly insulated cool roofs with highly reflective membranes. In addition to the work described above, it is anticipated that the contracts may include specified repair, asbestos, PCB, and lead-base paint abatement, and design and construction services relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection, in addition to all other general design and construction activities. GSA intends to award a maximum of ten (10) IDIQ contracts after Phase II evaluations. The minimum guarantee is $2,500 and it only applies to the base period. After IDIQ awards, the Contracting Officer will issue individual task orders using the ordering procedures set forth in the contract. Each task order will be awarded pursuant to FAR 16.505, and in accordance with the provisions contained within the American Recovery and Reinvestment Act of 2009.However, ARRA provisions and clauses will not apply to proposed task orders for Non-ARRA projects. After award, competition among awardees for project specific task order requirements is expected to result in fair and reasonable pricing. The Government will not pay for proposal preparation costs. The North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction, and a business size standard of $33.5 million. This solicitation will be issued via Internet only on FebBizOpps website at www.fbo.gov. Notification of amendments shall be made via FebBizOpps only. It is each prospective offeror's responsibility to check the below-listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. This procurement will be a two-phase procurement. Potential offerors are encouraged to utilize the function in FedBizOpps to download the solicitations and amendments. Offerors shall be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. All questions regarding this synopsis/pre-solicitation notice should be submitted in writing to the Contracting Officer/Specialist. Please note that this is not a solicitation. Point of Contact for this Synopsis and or Solicitation: Curtis Glover, Contracting Officer/Joseph Pastrana, Specialist. Email your questions to GSA to the attention of Curtis.Glover@gsa.gov or Joseph.Pastrana@gsa.gov. Anticipated Maximum Contract Value (base plus all option periods) $75 million Contracting Office U.S. General Services Administration, National Capital Region, Public Buildings Service, Design and Construction Division, 301 7th Street SW, Suite 2021, Washington, DC, 20407-0000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPYB/GS-11P-10-YA-D-0031/listing.html)
 
Place of Performance
Address: Various Locations within the District of Columbia, the Commonwealth of Virginia, and the State of Maryland, United States
 
Record
SN02032542-W 20091231/091229234442-47f95461e99355b8ac81d70fce5bb1c7 (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.