SOURCES SOUGHT
J -- Retro-Commissioning Services for Various Buildings, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii
- Notice Date
- 9/15/2011
- Notice Type
- Sources Sought
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 00000
- Solicitation Number
- N6247811T2391
- Response Due
- 9/30/2011
- Archive Date
- 10/1/2011
- Point of Contact
- Julie Shimoda
- Small Business Set-Aside
- N/A
- Description
- This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for Retro-Commissioning Services for Various Buildings, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The Contractor shall provide all labor, management, supervision, tools, material, parts and equipment required to perform retro-commissioning services for up to 1,250,000 square feet of building space in JBPHH per year to optimize how existing building equipment and systems operate and also to optimize how the building equipment and systems function together. Retro-commissioning process may result in recommendations to investigate further capital improvements but O&M tune-up activities and diagnostic testing (including air and water testing and balancing) are primarily used to optimize the building mechanical systems. The retro-commissioning process most often focuses on the dynamic energy-using systems (i.e. HVAC and control systems) with the goal of reducing energy waste, achieving cost savings and identifying and fixing existing problems. The Contractor shall perform retro-commissioning services as detailed in the following paragraphs. Retro-commissioning applies a systematic investigation process for improving and optimizing a building ™s operation and maintenance (O&M). Retro-commissioning occurs anytime after construction, as an independent process. It may or may not emphasize bringing the building back to its original intended design. The core retro-commissioning process consists of four primary phases (and will be applied to each building identified for retro-commissioning): 1) Planning Phase which will include but not be limited to initial site survey and interview, documentation review, utility bill benchmarking, developing and submitting Retro-commissioning (RCx) Planning report, generating project issues log and participating and facilitating RCx Scoping meeting; 2) Investigation Phase which includes but is not limited to implementation of Diagnostic Monitoring Plan, conducting point to point and functional testing, executing test and balance assessment survey (electrical and water use, etc.), comparing current system performance to desired system performance criteria, updating project issues log and list of potential ECOs, retrieve and analyze diagnostic logging data, perform energy analysis of potential ECOs, develop investigation report (present results of assessment, testing, survey, etc), make recommendations; 3) Implementation Phase Support includes but is not limited to implementation of repairs and improvements, retesting and re-monitoring for results, revise estimated energy savings calculations, develop system performance report; 4) Project hand-off and integration phase includes but is not limited to preparation and submittal of retro commissioning final report and develop re-commissioning plan/schedule. The NAICS Code for this procurement is 541350 and the annual size standard is $7,000,000.00. The contract term will be a base period of one year plus two option years. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. The offeror will be required to submit past performance and experience information and a price proposal for evaluation by the Government. IDIQ work may be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. Interested parties must submit the following information: (1) Full name and address of the firm (2) DUNs number (3) A statement that your firm has similar past performance and experience in terms of the scope and dollar value (4) A statement regarding your business size (e.g. 8(a), small business, large business, HubZone). DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME, ONLY THE REQUESTED INFORMATION LISTED ABOVE. Based upon the responses received, the Government will determine the set-aside method for the procurement. This is a sources sought announcement and is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Interested parties may submit their response to julie.shimoda@navy.mil by September 30, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247811T2391/listing.html)
- Record
- SN02578198-W 20110917/110915235751-c9234b2c62c15f9e54ed2d49e05c61fa (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 |