Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2015 FBO #4842
SOURCES SOUGHT

Y -- Data Center

Notice Date
2/24/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P15MKC0017
 
Archive Date
4/9/2015
 
Point of Contact
Mary Pineda, Phone: 202-205-8468, Terrie A. Latimer, Phone: 202-401-1837
 
E-Mail Address
mary.pineda@gsa.gov, aretha.latimer@gsa.gov
(mary.pineda@gsa.gov, aretha.latimer@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) announces its intent to issue a Request for Proposal (RFP) for a negotiated Construction Services contract for a Data Center that was originally designed as one room of approximately 7,000 square feet, bounded by existing construction. The project's scope of work includes but not limited to the reclaiming of the entire original Data Center area for data center usage and the optimizing of the data center equipment cabinets to improve cooling and allow better utilization while maintaining support functions and services. The project design is based on a UPS electrical load capacity of 80 watts per square foot and the associated cooling requirements. Arrangement will separate equipment by network and includes two groups of network equipment to the data center and the capability to add another network of equipment in the future. Optimize lighting and cooling of the room. And provide empty cabinet capacity for future user equipment. Install electrical and cooling infrastructure to accommodate both the current expansion and the future expansion. Data Center is operational 24/7 and the special equipment requirements, multiple phases of construction are required, as well as specialized dust control and space access. This procurement is a SMALL BUSINESS SET-ASIDE for only those small businesses who hold the NAICS Code of 236220 (Small Business Size Standard of $36.5 Million). The cost range of the project is $5 to $10 million dollar. This contract will be a firm-fixed price contract. Construction is to be performed in accordance with the design specifications, drawings and provisions of the contract. The solicitation process will utilize source selection procedures in accordance with FAR 15.3. The selection procedure will employ tradeoffs and technical/management factors are significantly more important than price and price related factors. The three technical factors are described hereinafter. Factor 1 - Past Performance/Past Experience; Factor 2 - Key Personnel; and Factor 3 - Schedule. The RFP will be issued on/about 8 April 2015 and proposals will be due 30 calendar days after RFP issuance. If your firm has an interest in being considered for this project, then you SHALL SUBMIT by No Later Than 25 March 2015 at 10:00 AM VIA EMAIL to: mary.pineda@gsa.gov, and cc:terrie.latimer@gsa.gov written "LETTER OF INTEREST" along with the required FACILITY SECURITY CLEARANCE LEVEL and LEVEL of SAFEGUARDING CAPABILITY CERTIFICATION INFORMATION as listed in items 1) through 5) below. It shall be noted that due to required Security Requirements, RFP packages SHALL only be distributed to firms that have submitted the Letter of Interest and required Facility Security Clearance Level and Level of Safeguarding Information by the stated date and time above and meets all stated security clearance requirements. The Government shall verify all submitted required Security Clearance Information prior to the issuance of any RFP. Therefore should a firm not submit a written "Letter of Interest" and the required Security Clearance Information by 25 March 2015 at 10:00 AM nor meet the stated Facility Security Clearance Level and Level of Safeguarding requirements, the firm shall not be considered eligible for this project and shall not receive the RFP documents." 1) Requesting Offeror's Name, Address, DUNS # and Telephone # 2) Assigned Cage Code 3) Offeror's Facility Security Officer's (FSO) name, address, email and phone information 4) Offeror's Cognizant Security Office name, address and phone information 5) Certification of the Facility Security Clearance Level that the offeror holds and date clearance was received and including certification of the Level of Safeguarding Capability the offeror holds and date certification was received. The offeror shall hold a Facility Security Level of Secret and Level of Safeguarding Capability of Secret
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P15MKC0017/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN03649999-W 20150226/150224235018-3a3947c92ae84fd451571d8e6d997e7f (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.