SOURCES SOUGHT
Y -- USAF MAJCOM Energy Retro-Commissioning
- Notice Date
- 6/23/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Colorado Service Center (8PC), P.O. Box 25546, Building 41, Room 246, DFC, Denver, Colorado, 80225-0546
- ZIP Code
- 80225-0546
- Solicitation Number
- GS-08P-11-JF-C-0034
- Point of Contact
- Deborah A. Godshall, Phone: 303-236-3397, Tracy D Troncosa-maes, Phone: 303-236-2543
- E-Mail Address
-
deborah.godshall@gsa.gov, tracy.troncosa-maes@gsa.gov
(deborah.godshall@gsa.gov, tracy.troncosa-maes@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- USAF MAJCOM RECOMMISSIONING SOURCES SOUGHT OVERVIEW The purpose of this Sources Sought Notice is to conduct market research to assist in determining whether or not to set this acquisition aside for small business concerns. Any interested and qualified firm may submit a capabilities statement demonstrating its ability to perform the requirement. The capabilities statement should conform to the instructions provided below. All interested and qualified vendors shall state whether they are a large, small, 8(a), woman owned, HUB Zone, or otherwise classified as a small disadvantaged business in their responses. Responses will be reviewed to identify firms capable of fulfilling the government's requirements. This Sources Sought is seeking firms with Design-Build capability that are interested in pursuing a multi-state, multi-discipline project located on several Air Force Bases. The projects sites are located in, but not limited to, Florida (one base), Colorado (three bases) and California (one base). The purpose of this project is to reduce energy consumption at these Air Force Facilities. The Design-Build team will be required to provide commissioning/recommissioning services, electrical, mechanical, plumbing and general contracting services as needed and required for each project site. Related services include, but are not limited to, permitting, testing and inspection during construction and commissioning. GSA intends to award a firm fixed-price Design-Build contract for Recommissioning Services, Various Repairs and Alterations located at the five facilities mentioned above to be completed within 16 months from time of award. This award will be solicited and awarded in accordance with Federal Acquisition Regulations. The submitting Design-Build team shall demonstrate experience with the type of work to be completed with this project. Submitting team shall also demonstrate a working partnership of at least (3) years. Commissioning entity shall have minimum (5) years experience with building systems commissioning. Work to be performed includes lighting upgrades from dimming incandescent to dimming LED within the control rooms and installation of Occupancy/Vacancy sensors facility wide (Cape Canaveral AFB, Florida). Removing and replacing existing unit heaters with new radiant heaters and associated controls; removing existing propane furnaces and providing new electrical furnaces; replacing of existing thermostat with programmable thermostat; removal and replacement of existing chiller; removal and replacement of (11) existing boilers with condensing boilers (Buckley AFB, Colorado). Lighting Repair (Peterson AFB, Florida). HVAC replacement; HVAC repair, redesign and replacement of ductwork; removal and replacement of existing plumbing fixtures with low flow fixtures; replacement of hot and chilled water pumps; automation of central plant chilled water system (Schriever AFB, Colorado). Upgrade HVAC systems including adding an economizer, upgrading exhaust fans, upgrading ventless AC systems; upgrading Food Court freezer condenser motors; upgrade plumbing fixtures to low flow fixtures; update/install lighting controls; upgrade Energy Management & Control System (EMCS) system; insulate HVAC piping; install weather stripping on exterior doors; balance HVAC equipment (Los Angeles AFB, California). RESPONSE REQUIREMENTS If interested and qualified in this project scope and having the capabilities to perform work of the nature noted above, please submit a brief 2-3 page letter of intent stating as such and noting experience and capabilities. Address this Letter of Intent and Capabilities Statement to Deborah Godshall, Contracting Officer and send via email to deborah.godshall@gsa.gov by July 8, 2011 at 2:00pm Mountain Standard Time. All of the following 8 items shall be addressed in your Letter of Intent in order to be considered for this Sources Sought: •1. GSA Schedule #: •2. Set Aside: •3. Business Size: •4. DUNS & CAGE Code: •5. CCR Registration: •6. General Contractor shall be licensed in all 3 states, California, Colorado and Florida: •7. List all team memberships and involvement in Professional Construction and Trade Associations in Good Standing for the past 5 years: •8. Capabilities Statement to include: •a. Years of Experience in similar size and scope of project: •b. Past Performance of Team approach with General Contractor, HVAC Contractor and Commissioning Agent minimum of three years: •c. Demonstrate ability to manage projects in similar size and scope in multiple states simultaneously: •d. Provide 3 examples of projects similar in size and scope over $5M: •e. Geographic location capability & past performance experience in the following states(California, Colorado and Florida): ---End of Sources Sought Notice---
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PC/GS-08P-11-JF-C-0034/listing.html)
- Place of Performance
- Address: GSA PBS 8PCM, Denver Federal Center, Design & Construction / CAS, Bldg 41, Rm 240, Lakewood, Colorado, 80225, United States
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN02480271-W 20110625/110623234710-70bf32800787d678c176cb733319352c (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 |