SOLICITATION NOTICE
C -- A/E Design Services for the 711 Data Center
- Notice Date
- 7/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- RFP-12-0188
- Archive Date
- 8/23/2012
- Point of Contact
- Crystal Reed-Tweedy, Phone: 202-874-2183
- E-Mail Address
-
Crystal.Reed-Tweedy@bep.gov
(Crystal.Reed-Tweedy@bep.gov)
- Small Business Set-Aside
- HUBZone
- Description
- DESCRIPTION: The Bureau of Engraving and Printing (BEP) is soliciting proposals from Architectural Engineering(A/E) firms that are classified as a HUBZone to provide Title 1 and Title 11 services to improve the control of temperature and humidity ranges in accordance with ASHRAE standards for the711 Data Center located in the annex building. Title 1 services will include, but will not be limited to all design work, drawings, calculations, specifications, cost estimate, sustainability, lead based paint/asbestos surveys and project schedules and review existing UPS; HVAC; and fire management sprinkler and electrical systems to assess the overall condition. Title 11 services will include, but will not be limited to construction management, site visits, inspection/observation, and consultation, review of submittals, shop drawings, preparation and maintenance manuals, and as-built drawings. This requirement has been set-aside for HUBZone A/E firms only. The North American Industry Classification (NAICS) coed is 541310. The size standard is $4.5 million. Estimated construction is between $1,000,000 and $5,000,000. PROJECT BACKGROUND: The data center was designed and built in the 1980s, and information technology (IT) equipment currently installed in the raised floor configuration now differs greatly from what was originally installed. An IBM s800 eServer, 150 servers, and other miscellaneous equipment are currently in operation. The data center has experienced hot spots thereby causing the heat sensitive servers to operate inefficiently at the risk of failure. The room was designed for 40 ton cooling requirements and the present cooling load requirements requires verification by the A/E being it is estimated to be approximately 15 tons. There are three (3) split system indoor units with 2 roof top condenser units and one roof top dry cooler system all manufactured by Liebert and close to the end of their useful lives. There is no expectation of significant growth; however 10 percent current requirements; and sufficiently scalable to allow for a 20% increase over current requirements. The Power Wave Plus UPS system also needs to be evaluated to determine reliability and remaining life given its age and the present electrical demand for both the servers and cooling equipment thereby assuring operation under emergency conditions. SELECTION CRITERIA: In accordance with FAR 36.602 the following are the selection criteria that will be used and are all of equal importance. 1. QUALIFICATIONS OF TEAM MEMBERS- Must have registration as an architect engineer of the individual assigned to the proposed project team. Provide specific qualifications and demonstrate experience and noteworthy accomplishments for any previous projects worked on individually and/or along with other members of the proposed team. 2. SPECIALIZED EXPERIENCE- Specialized experience and technical competence that relates to the type of work involving design of data centers, associated electrical distribution and institutional facilities (HVAC, Data Centers, Uninterruptable Power Systems (UPS), Fire Protection Systems, Life Safety Systems, Inc. (LSSN), and government facilities. 3. PAST PERFROMANCE- Provide three (3) examples of past performance on contracts with government agencies and private industry that demonstrate cost control capability, quality of work; and compliance with performance schedules of similar projects. The offeror shall provide the following for each: • Owner's name, address, telephone number, person to contact, administrator of contract; • Description of project, project title, contract number; • Scope of offeror's work, extent of project involvement and project manager; • Original and actual completion dates and explanation of any time extensions; • Original and final contract amounts and percentage of non-owner initiated change; • Offeror's Project Manager 4. COMPLETED PROJECTS- Provide three (3) examples of recently completed projects that demonstrates organizational capability in infrastructure improvements to improve efficiency, control the temperature and humidity, recovery capability and other features which best illustrated the resources available to support the project. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform work for the aforementioned project are invited to submit ONE (1) original completed SF 330 Architect-Engineer Qualifications Specific Project for themselves and ONE (1) completed SF 330 Part II for each of their subcontractors to the same address and contact referenced above. ALL requirements MUST be met for a firm to be considered responsive. The Standard Form 330 and Standard Form 330 Part 11 may be emailed to crystal.reed-tweedy@bep-gov or mailed to the address below. Proposals must be received by 8 August 2012, at 2:00 PM EST. The Bureau of Engraving and Printing Office of Acquisition, A-E Construction Division 14th and C Sts, SW Room 708-A, Washington, DC 20228-0001 Attention: Crystal Reed-Tweedy Prior to the final selection, firms considered most highly qualified to accomplish the work may be interviewed by telephone or by formal presentation. The SF 330 shall not exceed 30 pages, not counting any dividing page used to identify each SF 330 Section. Information may not be incorporated by reference into the Standard Form 330. To be eligible for contract award a firm must be registered in the Central Contractor Registration (CCR). Register (CCR) via the internet at http://www.ccr.gov and complete electronic annual representations and certificates at http://orca.bpn.gov. No reimbursement will be made for any proposal costs associated with providing information in response to this RFP or any follow-up information requests Note: FIRMS RESPONDING TO THIS SOLITCITATION MUST BE PERMITTED BY LAW TO PROVIDE ARCHITECTURAL AND ENGINEERING SERVICES IN WASHINGTON, D.C.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFP-12-0188/listing.html)
- Place of Performance
- Address: 14 & C Sts, SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN02807450-W 20120720/120718235859-c25c7114f0df9e0ef178f15bc7ef4b94 (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 |