Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOURCES SOUGHT

C -- LEED Commissioning Consulting Services

Notice Date
5/26/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL HFR-SE1, Crawford & Annex I-60, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
1073338
 
Archive Date
6/24/2010
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS FOR MARKET RESEARCH PURPOSES ONLY, NOT A REQUEST FOR PROPOSAL OR SOLICITATION. The Food and Drug Administration, Jefferson Laboratories, in Jefferson, Arkansas, is seeking small business sources, including, service-disabled veteran-owned small businesses, HUBZone small businesses, woman-owned small business and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort. The government is seeking sources interested in the (LEED) Leadership in Energy and Environmental Design commissioning consultant services. The requirement will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type requirement which will require the recognized LEED/Commissioning Consultant. It is anticipated that the requirement will be for a base year plus four (4) option years with an estimated not to exceed amount of $975,000. The firm shall provide all professional services to cover a wide range of services for LEED commissioning. The services provider shall be a U.S. Green Building Council (USGBC) recognized LEED/Commissioning Consultant, and as such the provider shall implement a LEED rating system that addresses facility alterations and additions to existing buildings. The system shall also cover innovation in design and operations. The Consultant shall develop and incorporate LEED requirements that could range from early involvement with design projects covering a complete interior demolition and large scale renovation, large or new additions, replacement of roofs, carpet, windows, drywall, etc. The rating system shall cover all usable space and all mechanical, electrical and plumbing upgrades that disrupt usable space at the Jefferson Lab Campus. The system shall define the minimum characteristics that a project must possess in order to be eligible for LEED certification, and then establish certification. The system shall cover environmental categories such as sustainable sites, water efficiency, energy and atmosphere, material and resources, and indoor and outdoor environmental quality. The Consultant shall also develop and implement a Commissioning plan per USGBC requirements, develop and incorporate commissioning requirements into the construction documents early in the design process, verify the installation and performance of the systems to be commissioned and complete a summary commissioning report for each project. The Consultant shall also determine the owner's project requirements, develop and maintain a Commissioning plan for use during design and construction and incorporate commissioning requirements into bid documents. Assemble a commissioning team, and prior to occupancy verify the performance of all energy consuming systems. Complete all commissioning reports prior to accepting the commissioned systems. The firm should be located within 100 miles of the Jefferson Lab Campus. The associated North American Industry Classification System (NAICS) Code is- 541990- All Other Professional, Scientific and Technical Services; Small Business Size Standard is $7.0 Million. Potential contractors must indicate business size, DUNS number and proof of any set-aside certification and provide a contact name, the mailing address, phone number and email address of point of contact. Capability statements must provide enough information to determine if the company can meet the requirement and be no longer than 15 pages excluding set-aside certifications. Capability statements must reference similar work that has been performed by the contractor in the last three (3) years, a description of the firm's history including years in business, number of employees, and main disciplines of the firm and include the following: 1. Professional qualifications and recent specialized experience of the proposed staff and the firm's consultants to be assigned to this requirement. Only the team members who will actually perform major tasks under this project shall be listed. Qualifications should reflect the individual's potential contributions on this project. 2. Experience in the following area: a. Energy systems design, installation and operation b. Commissioning planning and process management c. Hands-on field experience with energy systems performance, interaction, start-up, balancing, testing, troubleshooting, operation and maintenance procedures d. Energy systems automation control knowledge. Interested Contractors must respond with capability statements which are due in person, by postal mail, fax or email to the point of contact listed below on or before June 9, 2010 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. Reference FDA1073338. For information regarding this market survey, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov. 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 may be published in Federal Business Opportunities. 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)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1073338/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02161262-W 20100528/100526235519-067a029088f690032ca9cd4730a8539a (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.