SOLICITATION NOTICE
Y -- (Recovery) GSA/NCR Design-Build Construction Project Funded by the Recovery Act (Johnson Building and 601-4th St, NW) - GS-11P-10-YAC-0044
- Notice Date
- 2/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Procurement Management Division (WPP), 7th & D Streets, SW, Room 7107, Washington, District of Columbia, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS-11P-YAC-0044
- Archive Date
- 3/23/2010
- Point of Contact
- Joseph Pastrana, Phone: 2022734778, Curtis Glover, Phone: 2022734779
- E-Mail Address
-
joseph.pastrana@gsa.gov, curtis.glover@gsa.gov
(joseph.pastrana@gsa.gov, curtis.glover@gsa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- WD-DC LBJ and WFO SOW ARRA.8(a) DB Competitive Solicitation GS11P10YAC0044 ARRA.8(a) DB Competitive Agreement GS11P10YAC0044 RECOVERY ACT This is a Request for Proposal (RFP) for Design-Build projects with the U.S General Services Administration's (GSA) National Capitol region. This is a competitive 8a acquisition under FAR Part 15, Firm Fixed Price acquisition for Design/Build (DB) projects. The North American Industry Classification system (NAICS) Codes are: 236220 (Construction), 541310 (Architect) and/or 541330 (Engineering). This competitive 8a requirement is for Design/Build (D-B) projects with the purpose of re-commissioning federal facilities located in the Washington D.C. area, State of Virginia, and the State of Maryland. The scopes of work will include, but not be limited to: 1) building tune-ups which include re-commissioning to reduce energy demand, reduce operation and maintenance costs, improve building system control, and occupant comfort (This may include hardware and software upgrades to the building control systems or replacing the existing building automation software systems-These building tune-ups include many small-cost, high-impact changes to motors, sensors, and equipment-Data input devices such as advanced utility meters and meteorological instruments may be included); and 2) lighting replacement projects which include high-performance lighting that will both decrease energy consumption and cost, and improve working conditions and productivity for building occupants to both improve the quality of light and working conditions and result in significant reduction in the lighting energy consumption, and in addition to the work described above, it is anticipated that the contracts may include specified repair, asbestos, PCB, and lead-base paint abatement, and design and construction services relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection, in addition to all other general design and construction activities. NOTE: These projects require firms to provide for Architect, Engineering, and Construction Services. If your company lacks one of these required services, your firm must create a partnership with a business that can complement/fulfill ALL the needed requirements by the submission of solicitation due date, which is scheduled for March 23, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPYB/GS-11P-YAC-0044/listing.html)
- Place of Performance
- Address: 400 Maryland Avenue, SW, 601 4th St, NW, Washington, District of Columbia, 20024, United States
- Zip Code: 20024
- Zip Code: 20024
- Record
- SN02070664-W 20100224/100222235223-05b8bfa82afa546662b73ebe7fb5ef15 (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 |