Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2015 FBO #4965
SOURCES SOUGHT

Z -- Energy Conservation and Renewable Energy Investment Project

Notice Date
6/26/2015
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU15ECIP
 
Archive Date
7/8/2015
 
Point of Contact
Michele N. Evans, Phone: 2156566894, Denise M Detitta, Phone: 215-656-6775
 
E-Mail Address
Michele.n.Evans@usace.army.mil, Denise.M.DeTitta@usace.army.mil
(Michele.n.Evans@usace.army.mil, Denise.M.DeTitta@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement for information only. All information will be used for planning purposes and market research. No proposals are being requested nor will any proposals be accepted from this notice. This is not a request for proposal (RFP) and no contract will be awarded from this synopsis. The U.S. Army Corps of Engineers Philadelphia District anticipates the issuance of Design/Build Request for Proposal and the award of a firm-fixed price construction contract for installation of renewable energy technologies and energy and water efficiency technologies at six 99th US Army Reserve Facilities. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this notice is to obtain knowledge of interest, capabilities and qualifications of interested small business construction firms who have the capabilities to complete and perform this contract and to address any questions, or concerns from industry. a. PROJECT DESCRIPTION: The work is located in various locations to include Dover DE, Baltimore MD, Ft. Devens MD, Rotterdam NY, Rainelle WV, and Clarksburg WV. Improvements vary by site and include, but are not limited to installation of 20 kW rooftop mounted solar PV system; 4.5 kW rooftop mounted solar PV array; high-efficiency and right sized chiller and air handlers to optimize HVAC system; high-efficiency exterior lighting upgrades of buildings (wall packs), parking, and flood lights; high-efficiency interior and exterior lighting upgrades of building-wide lighting fixtures; ceiling insulation and water efficient technologies, on-demand ventilation controls, and exterior window upgrade; energy efficient window upgrades (for existing single pane windows) and bathroom fan timer, pipe insulation on 6" hot water line, switching of electric water heaters to natural gas water heaters, lighting occupancy sensors, and building air leakage control; R-19 insulation in over ~25,000 square feet of dropped ceilings and variable frequency drives on air handler motors and the hot water recirculation pump, programmable thermostats on heating controls, and on-demand ventilation on a heating and ventilation system; gas-fired unit heaters to replace existing electric unit heaters and of lighting occupancy sensors, programmable thermostats, and LED exit signs b. MAGNITUDE: The magnitude for this project is between $1,000,000.00 and $5,000,000.00. The project is subject to reprogramming and availability of funds. c. PERFORMANCE PERIOD: Duration of construction is 365 calendar days from Notice to Proceed. Solicitation: a. This is a one-phase Design/Build project solicitation. USACE will evaluate and rate offeror's submissions based on the following criteria: Technical/Management Approach (Technical Solution, Execution, Schedule and Overall Management), Past Performance, and Price. Detailed evaluation criteria will be in the official RFP issued. Offerors will be rated either Acceptable or Not Acceptable. b. Award will be made to the Lowest Priced Technically Acceptable offeror. c. Anticipated issue date for the RFP is on/about July 21, 2015 with proposals due on/about August 20, 2015. d. Offerors responding to this sources sought notice shall be limited to 8 pages and shall include the following information: Offerors name, address, point of contact, phone number and e-mail address. Offeror must indicate whether they are truly interested in submitting a proposal when the RFP is issued. Offeror must demonstrate experience by providing evidence of at least three but no more than five construction (or design-build) projects performed within the last five years, in excess of $1,000,000.00 USD, and which is similar in scope and complexity. A project of similar scope and complexity is defined as a Design-Build or Design-Bid-Build project that involved the installation of renewable energy and water efficiency technologies listed above. Offerors Joint Venture information, if applicable. Interested offerors shall submit responses to this Sources Sought/Market Survey notice no later than 01 July 2015. Responses shall be submitted by e-mail to Michele Evans, Contract Specialist, at michele.n.evans@usace.army.mil and to Denise DeTitta at denise.m.detitta@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU15ECIP/listing.html)
 
Place of Performance
Address: The work is located in various locations including Dover DE, Baltimore MD, Ft Devens MD, Rotterdam NY, Rainelle WV and Clarksburg WV., United States
 
Record
SN03777796-W 20150628/150626234710-9c87f360f0f953910269b12426cf84c1 (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.