SPECIAL NOTICE
C -- RECOVERY A-E Services Requirement
- Notice Date
- 8/25/2009
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107, United States
- ZIP Code
- 19107
- Solicitation Number
- GS-11P-09-CY-D-X001
- Archive Date
- 9/26/2009
- Point of Contact
- Joseph Pastrana, Phone: 2027086190
- E-Mail Address
-
joseph.pastrana@gsa.gov
(joseph.pastrana@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY Funded by the American Recovery and Reinvestment Act of 2009 ("ARRA"). This notice is provided for informational purposes ONLY. This opportunity is available only to the contractors under the following contract numbers: •1) GS-00P-06-CYD-0112, Everton Oglesby Architects, PLLC •2) GS-00P-06-CYD-0115, M.E. Group, Inc. •3) GS-00P-06-CYD-0279, Setty & Associates, LTD •4) GS-00P-06-CYD-0118, Carter & Burgess, Inc. •5) GS-00P-06-CYD-0116, DMJM H&N, Inc. •6) GS-00P-06-CYD-0119, Jacobs Facilities, Inc. •7) GS-00P-06-CYD-0117, Leo A. Daly These contracts were awarded on September 29, 2006. THIS IS NOT A SOLICITATION. It is the intent of the US Government to award a Firm Fixed Price - Task Order to one (1) A-E Firm to perform Design-Build Scopes of Work for the following three (3) buildings/facilities: PROJECT # Building Tune Up BUILDING: Veterans Administration Building LOCATION: 810 Vermont Ave, NW, Washington DC 20420 BUILDING #DC0007ZZ PROJECT #2: Building Tune Up, lighting, system upgrade, water conservation, & Photovoltaic BUILDING: Theodore Roosevelt Building (Office of Personnel Management) LOCATION: 1900 E Street, NW, Washington, DC 20415 BUILDING #DC0010ZZ PROJECT #3: Lighting Systems & Photovoltaic Roof BUILDING: Howard T. Markey Building LOCATION: 717 Madison Place NW, Washington, DC BUILDING #DC0094ZZ Summary of Architect-Engineer Project The General Services Administration (GSA) is to procure Design/Build (D/B) services for the projects listed above as part of the American Reinvestment Recovery Act (ARRA) program for DC Service center, National Capitol Region (NCR). •1. GSA requires an A/E possessing the experience and skill sets to evaluate and write the D/B Scopes of Work for the three projects listed above. One A/E firm will be selected to develop scope for all three projects. Building description and system description for each project is also available to use while preparing re-commissioning/tune up task. The design-build contractor will ensure that all optimized performance Requirements (OPR) outlined in these documents are being implemented and commissioned to optimize performance of all systems. •2. The project manager shall generate a project team including architect, mechanical, electrical, plumbing, historic preservation, structural, lighting and commissioning consultants etc. as needed to attend meetings with GSA's customer agency, survey the project site and develop a menu of energy conservation and equipment performance options captured in a Design Build scope of work for the projects listed above. This will include Life Safety, Fire Protection, Safety and Industrial Hygiene requirements be address in the Design/Built project where required for construction. The DB scopes will be reviewed for compliance by GSA WPYG group. •3. The project team shall incorporate GSA requirements and customer agency requirements into the scope of work. Refer to GSA-PBS-P100 Design Criteria and the US Courts Design Guide plus requirements for details included in the requirements for the SOW where they apply. •4. The A/E will be responsible to perform tune up as specified in Attachment 2. The design/built scope should include the recommendations from the outcome of tune up performance and lighting recommendations. The Retro-Commissioning Study Report shall be prepared in the format per Attachment 4 and the data shall be filled in the template per Attachment 5. Re-commissioning /Tune up is required to the extent A/E should be able to identify energy conservation opportunities such that a comprehensive design-build scope can be prepared. The intent of tune up is to use the control assessments associated with the retro-commissioning effort to primarily help identify work elements for the design-build RFP and also to make a minor control adjustment without major shutdown of the facility and to get equipment back on (control) schedules. The successful bidder will be doing all the field survey in addition to re-commissioning/tune up. It is recommended that to assure operational sequences work correctly, control points will be checked for any equipment or system modified. The lighting report shall be prepared for the savings in energy and cost due to use of energy efficient fixtures/lamps and all types of sensors used for controlling the lighting fixtures similar to Retro-Commissioning Study Report. •5. Based on the SOW, provide a budget estimate for the project (construction cost), design man-hours estimate for each discipline and design fee estimate for the project. •6. The project team shall develop the SOW by using GSA's generic format providing guideline for a design/build projects. The project team shall also provide requirements for each discipline as required. The successful bidder will prepare the entire package - inclusive of boiler plate and proposal submission requirements, evaluation criteria, etc. associated with source selection. After GSA's review and approval, GSA's Contracting Officer will request bids from Design/Build contractor. •7. The duration for writing the initial menu of recommended conservations measures is approximately 6 weeks and the D/B SOW is approximately 4 months including GSA initial review and two resubmissions. •8. These projects are time critical, and therefore, close quality control and coordination will be required to accomplish these tasks in the scheduled time period. The contractor is required to perform all the items included in their scope of work within the agreed upon performance period. Additional Info: joseph.pastrana@gsa.gov Contracting Office Address: GSA/PBS/NCR 301 7 th Street SW, Room 7107 Washington D.C. 20407 Point of Contact(s): Joseph Pastrana, (202) 708-6190
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-11P-09-CY-D-X001/listing.html)
- Place of Performance
- Address: Washington, DC Area, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN01924909-W 20090827/090825235724-4472ace65f2ec090b548526dd5dae70d (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 |