MODIFICATION
Z -- Upgrades to Building Automation System (BAS), Thomas P. O'Neill, Jr Federal Building, 10 Causeways Street, Boston, MA GSA Region 1
- Notice Date
- 2/26/2016
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
- ZIP Code
- 02222-1077
- Solicitation Number
- Thomas_ONeill_Federal_Building_BAS_Sources_Sought
- Point of Contact
- Michele Valenza, Phone: 6175658508, Deborah A. Fournier, Phone: (617) 565-5970
- E-Mail Address
-
michele.valenza@gsa.gov, deborah.fournier@gsa.gov
(michele.valenza@gsa.gov, deborah.fournier@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Upgrades to Building Automation System (BAS) Thomas P. O'Neill, Jr., Federal Building, 10 Causeway Street, Boston, MA 02222 General Services Administration, Region 1 Project Number: VMA00029 The New England Region of the U.S. General Services Administration (GSA) is conducting a market survey to determine if there is adequate interest among qualified Small Businesses to compete the award of a design-build project to upgrade the Building Automation System (BAS) at the Thomas P. O'Neill, Jr., Federal Building in Boston, MA. Small Business concerns with current relevant qualifications, experience, personnel, and capability to perform the work described herein are encouraged to respond to this Sources Sought announcement. GSA is seeking small business firms with the following types of qualifications and experience: •· Successful design and installation of Building Automation Systems and programming of Sequence of Operations •· Successful design and construction of mechanical and HVAC systems •· Capability to perform phased construction in occupied buildings •· Strong design-build capabilities with local presence •· Good customer service and responsiveness to owner •· Experience with Government contracting is desirable If adequate competition exists, GSA may set the procurement aside for competition among qualified Small Businesses. All qualified Small Businesses, including HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, or Service Disabled Veteran-Owned contractors, should respond to this office in writing by e­mail on or before the Response Date listed below. The Government is not obligated to and will not pay for any information received from potential sources as a result of this market research. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. Responses shall be used for planning purposes only. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded. The anticipated award will be a firm fixed price contract for Design-Build Services. BACKGROUND: The Thomas P. O'Neill, Jr., Federal Building is a high rise office building located in downtown Boston, Massachusetts. It was constructed in 1986 and consists of an eleven-story high-rise tower which overlooks a five-story low-rise portion, including a five-story atrium. A parking garage is located in the basement. The building's mechanical and electrical systems are monitored and controlled by the building's BAS and a hybrid of pneumatic controls, installed when the building was originally built, and digital controls. PROJECT GOAL: The goal of this project is to allow for improved tenant comfort and better monitoring and control over the O'Neill Building's energy consumption. PROJECT SCOPE: The project includes but is not limited to the following work: Provide Design-Build services for the complete upgrade and/or expansion of the building's BAS and modifications to the HVAC system. Modifications to the BAS include design, installation, and commissioning of a fully digital, non-proprietary, open architecture BAS and replacement of all existing pneumatic control devices with direct digital control (DDC). Modifications to the HVAC system include replacing fan coil units (FCUs) in certain locations within the building and replacing four control valves and actuators and eight isolation valves in the high rise mechanical penthouse. The contractor will be responsible for a complete design for the project, including calculations, specifications, and drawings needed to perform the required modifications to the BAS and HVAC system. The contractor will be responsible for the installation of all work and shall provide all material, equipment, accessories, commissioning and testing in compliance with the design documents. PROJECT CONDITIONS: The building will remain occupied throughout the project which will require significant portions of the work to be performed outside of normal working hours. Work must be coordinated with the Fire Alarm and Elevator replacement projects which will be under construction by other contractors at the same time. PROJECT SCHEDULE: It is anticipated that the design and construction will be completed within 24 months after Notice to Proceed. WHO SHOULD RESPOND: All qualified and certified Small Business, HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, Service Disabled Veteran-Owned (SDV), and other certified small businesses are encouraged to respond. Large Business submittals will not be considered at this time. The Government will not pay for any information solicited. Respondents will not be notified of the results of the sources sought evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a 100% Small Business Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in July 2016. The appropriate NAICS Code is 238210 (Building Automation System Installation Contractors) with a small business size standard of $15.0 million dollars. Estimated magnitude of construction, per FAR 36.204 - Disclosure of the Magnitude of Construction Projects, is between $5,000,000 and $10,000,000. HOW TO RESPOND: Interested small businesses are required to fill out the attached Sources Sought Questionnaire and Attachment A and submit them to the GSA Contract Specialist and Contracting Officer below. Interested small businesses may also submit a brief Statement of Capabilities package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the requested services. Commercial brochures or current marketing material may also be submitted with the capabilities package. Submission of a Statement of Capabilities package is not a prerequisite to any potential future offerings, but the additional information will assist the GSA in tailoring its requirements to be consistent with industry standards. The total size of the submission (Questionnaire, Attachments, Statement of Capabilities, brochures and marketing material) should not exceed 25MB. Submit your Sources Sought Questionnaire, Attachment A, and Statement of Capabilities package electronically to Michele Valenza, GSA Contract Specialist, and Deborah Fournier, GSA Contracting Officer via e-mail to: michele.valenza@gsa.gov and deborah.fournier@gsa.gov with the subject line: O'Neill Building BAS - Sources Sought Response. RESPONSE DATE: RESPONSES ARE DUE NLT MARCH 2, 2016, 2:00 PM EST. LATE RESPONSES WILL NOT BE INCLUDED IN THE SURVEY. QUESTIONS OR COMMENTS: Questions or comments regarding this notice should be addressed to Michele Valenza, GSA Contract Specialist, either by e-mail at michele.valenza@gsa.gov or phone at (617) 565-8508, with a copy to Deborah Fournier, GSA Contracting Officer, at deborah.fournier@gsa.gov. NOTE: Please be advised that the solicitation will not be advertised under this notice number. Contractors should monitor the Federal Business Opportunities website FedBizOps ( https://www.fbo.gov/ ) for the solicitation synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/Thomas_ONeill_Federal_Building_BAS_Sources_Sought/listing.html)
- Place of Performance
- Address: Thomas P. O'Neill Jr. Federal Building, 10 Causeway Street, Boston, Massachusetts, 02222, United States
- Zip Code: 02222
- Zip Code: 02222
- Record
- SN04033012-W 20160228/160226234901-b024de062f8020b27be190e3a00cc46e (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 |