SOLICITATION NOTICE
Z -- BAS Replacement at the Roswell Federal Building
- Notice Date
- 5/6/2016
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07-P-16-HT-C-7005
- Point of Contact
- Shawna M. Villarreal, Phone: 8178505541
- E-Mail Address
-
shawna.villarreal@gsa.gov
(shawna.villarreal@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Project Description The General Services Administration, Public Building Service, Region 7, intends to solicit proposals for the installation of JACE 700 to control the Roswell Federal Building located at 500 N Richardson Ave, Roswell, NM. The contractor shall build the entire station using existing JACE pages to a new AX Java Application Control Engine 7 with the latest encryption and build. The new AX JACE will have work bench embedded on the JACE controller. The contractor is responsible for ensuring all points function correctly on the new JACE. All work shall be completed within 90 calendar days after issuance of the Notice to Proceed (NTP). The Contractor shall provide all materials, supplies, labor, equipment and supervision, necessary to complete the below: 1. Provide the following: • Provide commissioning and install JACE 700 to control the building. • Provide, program and install non-proprietary, BACnet controllers for: Chilled/hot water plant • Replacing all existing strap on temperature sensors with thermo-well sensors • Installing control relays to provide start stop control on all Boilers, Chillers, Pumps, Tower Fans and Building Exhaust fans • Install electronic actuators on all existing pneumatic valves and dampers in the Boiler and Chiller mechanical rooms • Re-program existing Open Protocol BACnet controllers to provide the control algorithms to provide full DDC control and scheduling of the Central Plants to integrate with the AHUs and to provide optimal energy conversation. • Air Handler Controls • Add additional Open Protocol BACnet controllers as needed to control three Multi-zone AHUs and one Constant Volume, Single Zone AHU. • AHU-1 is a seven (7) zone MZ AHU • AHU-2 is a three (3) zone MZ AHU • AHU-3 is a two (2) zone MZ AHU • AHU-4 is a single zone CV AHU.All Fan Coil Units • All Air Handling Units: - Provide and install new none adjustable zone sensors - Replace all existing pneumatic controls. 2. Install BACnet compliant communication cabling between unitary controllers and JACE 3. Integrate new BACnet controllers into JACE 7 4. Develop graphical representations of HVAC equipment for easily accessible user navigation using the guide specifications. 5. Install Nexus 1500 or Equal smart meter at main power distribution. 6. Install Gas Pulse Meter. 7. Install Water Pulse Meter. In accordance with FAR 52.219-6, this procurement will be a TOTAL SMALL BUSINESS SET-ASIDE. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total Small Business concern under the North American Industry Classification System (NAICS) 238210 with the small business size standard of $15M. A joint venture will be considered for award as long as each concern is small under the size standard corresponding to the NAICS code assigned to the procurement and the joint venture is registered within the System for Award Management (SAM) at the time the joint venture submits its offer under this solicitation. The Government will recognize the integrity and validity of the joint venture, provided, the arrangements are identified and company relationships are fully disclosed in an offer, or, for arrangements entered into after submission of an offer before the arrangement becomes effective. The solicitation number will be GS-07-P-16-HT-C-7005. The procurement will be awarded using FAR Part 15 procedures. The contract type will be Firm-Fixed-Price. The magnitude of construction is between $100,000 and $250,000. The solicitation will be available for download on or about May 23, 2016. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website located at https://www.fbo.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Proposal submissions will be due on or about June 22, 2016. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value from the selection of the technically acceptable proposal with the lowest evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors. A pre-proposal conference/site visit will be noted within the solicitation. Contractors are encouraged to attend the pre proposal walk-through and to verify all existing conditions at the job site prior to bidding on project. Failure to do so will not relieve contractor of his/her responsibility to properly estimate the cost of this project. This is the only opportunity contractors will get to visit the site to conduct a walk-through and ask questions. GSA will not have anyone available to accompany contractors or their representatives (sub-contractors) after the scheduled pre-bid walk-through. Offerors MUST be registered within the SAM database in order to receive an award for this procurement. The website for SAM is https://www.sam.gov/portal/public/SAM/. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR)/FedReg, and Online Representation and Certifications Application (ORCA). Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. Offerors are required to use the SAM database for Representation and Certification submissions under this solicitation. All responsible sources may submit a proposal which shall be considered by the agency. Questions may be directed to Shawna Villarreal, Contracting Officer, at shawna.villarreal@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07-P-16-HT-C-7005/listing.html)
- Place of Performance
- Address: Roswell Federal Building, 500 N Richardson Ave, Roswell, New Mexico, 88201, United States
- Zip Code: 88201
- Zip Code: 88201
- Record
- SN04108206-W 20160508/160506233921-01a89a54ea70f56e9544e22345d6b957 (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 |