SOURCES SOUGHT
Y -- Construction Services
- Notice Date
- 8/28/2013
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of Energy, Alliance for Sustainable Energy, LLC (DOE Contractor), National Renewable Energy Laboratory, 15013 Denver West Parkway, Golden, Colorado, 80401, United States
- ZIP Code
- 80401
- Solicitation Number
- RGT-3-106373
- Archive Date
- 10/1/2013
- Point of Contact
- Eric Smith, Phone: 303-275-3764
- E-Mail Address
-
eric.smith@nrel.gov
(eric.smith@nrel.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- OUTDOOR TEST FACILITY EXPANSION, SOUTH TABLE MOUNTAIN CAMPUS PRESOLICITATION NOTICE Solicitation Number: RGT-3-23139 Procurement Type: Fixed Price Construction Subcontract Title: Outdoor Test Facility Expansion, South Table Mountain Campus National Renewal Energy Laboratory; Golden, CO Classification Code: Y-Construction of Structures and Facilities NAICS Code: 236220-Commercial and Institutional Building Construction Posted Date: August 28, 2013 Response Date: September 30, 2013 Contracting Office Address The Alliance for Sustainable Energy, LLC National Renewable Energy Laboratory (NREL), 15013 Denver West Parkway, MS RSF030, Golden, CO, 80401 Project Notice The National Renewable Energy Laboratory (Alliance/NREL) intends to solicit competitive proposals from prequalified sources for a firm fixed price subcontract for construction of a laboratory facility called the Outdoor Test Facility Expansion. The proposed work is located at the NREL South Table Mountain (STM) campus in Golden, Colorado. The Alliance for Sustainable Energy, LLC (Alliance) has entered into Contract No. DE-AC36-08-GO28308 with the Department of Energy (DOE), an agency of the U.S. Government, for the management and operation of the National Renewable Energy Laboratory (NREL). NREL is the only federal laboratory dedicated to the research, development, commercialization and deployment of renewable energy and energy efficiency technologies. It is intended that construction and substantial completion will be no later than June, 2015. The project magnitude is currently estimated to be within a range of $6,000,000 to $7,000,000. General Description of Work The scope of work consists of a new two story, 19,800 square foot addition to the existing Outdoor Test Facility (OTF), to locate various laboratories associated with photovoltaic testing within a single facility. The addition will maintain the general exterior design of the existing building. The structure will consist of reinforced concrete foundation, composite steel and concrete floors and a structural steel frame. The exterior will be stucco walls with parapets and a flat membrane roof meeting "Cool Roof" requirements. The roof will be utilized to mount racks of solar test panel arrays and will be accessed by the personnel conducting those tests. The expansion will be connected to the existing building via an upper and lower vestibule, with a crawl space between the two to avoid conflict with existing utility routes serving the campus. Spaces within the expansion include (9) laboratory spaces for testing of photovoltaic panels and panel components, an open office area to accommodate (21) additional staff, a conference room to accommodate (25) people, (1) huddle room, a break room, a shipping and receiving area with storage and loading dock, restrooms and a shower room, mechanical, electrical and telecommunications rooms and a freight elevator to transport panels to lower roof and upper roof level racks for testing. The majority of the laboratory equipment and supporting furniture is to be relocated from the various labs currently housed around the campus, to their new locations within this expansion after construction is completed. The site work involves removal of existing parking lots to accommodate the expansion; the addition of retaining walls to address the existing slope and building foot print; relocation and modification of the existing water line, sanitary sewer line, storm drains, power and telecommunications lines; a new south equipment pad for installation of testing equipment; modified fire department access with new turnaround and removal of the existing driveway west of the current OTF building. The existing Outdoor Test Facility is an operating research facility. It is mandatory that this facility remain operational, accessible and habitable during the entire period the expansion is being constructed. Weekend work can be used for facility outages that are necessary to construct the new facility but affect the existing facility. In support of the Department of Energy's goal to demonstrate energy efficient buildings with a lower impact on the environment, NREL has mandated that all new, habitable buildings constructed on the STM campus be designed to merit at a minimum, a LEED® Gold rating from the U.S. Green Building Council. Acquisition Process NREL has selected a two-phase best value selection process. The first phase has been identified as the qualification phase. Interested firms/teams are requested to submit Qualifications Statements. Qualifications Statements must meet the minimum qualifications identified in the Submission Requirements of this notice in order to be considered within the competitive range. An NREL source selection team will review submitted Qualification Statements and determine which meet the minimum requirements, and of those Qualification Statements that meet the minimum requirements, establish a competitive range of firms/teams evaluated to be most technically qualified to perform the project successfully. NREL will issue a Request for Proposal (RFP) only to those firms/teams who are in the competitive range for the project. The RFP will solicit a comprehensive proposal inclusive of a schedule/price/technical proposal and other pertinent information from the firms/teams within the competitive range. Possible site visits may be required as part of the Request for Proposal. A single firm/team will be selected for award based on a best value evaluation of proposals received in response to the RFP. Submission Requirements Qualification Statements are to be submitted to the NREL Point of Contact as identified below. 1.1. Formatting 1.1.1. Submit five (5) copies of the Qualifications Statement. 1.1.2. Materials larger than 8-1/2 x 11 inches will not be accepted. 1.1.3. Responses shall not exceed 20 pages (including attachments). 1.1.4. A page is defined as one side of an 8-1/2 x 11 inch sheet of paper. 1.1.5. Copies may be either single or double sided 1.1.6. Maintain at least 1-inch margins on all sides 1.1.7. A 12-point font should be used. 1.1.8. Submissions shall employ minimal binding techniques to reduce resource use as well as shipping costs. 1.1.9. Faxed or email submissions will not be accepted. 1.2. Cover letter 1.2.1. Provide a cover letter (not included in the 20 page limit) identifying the principal contact person for the Offeror providing the name, title, street address, email, telephone, and fax numbers. The acknowledgement of receipt of all amendments and/or addendums shall be made on the cover letter. 1.2.2. Qualifications by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. The official address of the partnerships must be shown on the cover letter. 1.2.3. Qualifications by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant to the secretary. The corporate address and state of incorporation must be shown on the cover letter. 1.2.4. If the Offeror is an out-of-state corporation, evidence of authority to conduct business in the state where the work is to be performed must be attached to the Qualification Statement (not included in 20 page limit). 1.3. Executive Summary 1.3.1. Provide a summary identifying the highlights of the submitted materials. 1.4. Qualifications - The Qualification Statement submittals are identified below. Qualifications shall include the following submissions, organized by tabbed sections detailing the following: 1.4.1 Tab A- Minimum Requirements (go/no go) 1.4.1.1 Submission Requirements: 1.4.1.1.1 Bonding Capacity: The offeror shall submit a letter from their surety indicating their individual project capacity as well as their total bonding capacity, with sufficient capacity to accommodate the proposed project. The bonding letter must be from a Treasury listed surety. 1.4.1.1.2 Insurability: The offeror shall submit a letter from their insurer indicating their ability to meet, as a minimum the NREL insurance requirements as indicated in Appendix B-4, "Standard Terms and Conditions for Construction Subcontracts" available at http://www.nrel.gov/business_opportunities/related_docs.html 1.4.1.1.3 Safety: Experience Modification Rate (EMR) of 0.99 or below. 1.4.1.1.3.1 Provide a letter from insurance carrier showing the EMR for last 3 years. 1.4.1.1.3.2 Provide OSHA 300 logs for last 3 years (not included in 25 page limit). 1.4.1.2 Evaluation Metric: Submissions that do not contain the minimum requirements as outlined above will not qualify to be short listed and will not receive further consideration. 1.4.2 Tab B- Project Team (50 points) Provide a description of the project team and identify the qualifications of the project team members in key positions. NREL values supervision, construction management and safety as key skills to assure project success. Technical skills include a demonstrated ability to construct multi-level structures in close proximity to existing inhabited structures without impact to the inhabitants, excavation of and around active utilities, and knowledge and application of Department of Energy (or similar) safety requirements. Management and communication skills demonstrate how the technical ability of the team integrates with the NREL team to advance the project expectations and achieve project success. 1.4.2.1 Submission Requirements: 1.4.2.1.1 Project Team: Provide a one page organizational chart of key personnel dedicated to this project including the proposed project manager, general superintendent or equivalent, and on-site safety oversight. Identify the firm of each individual on the organizational chart. All major member firms of the construction team shall be shown with special interest in the team member(s) involved with excavation. 1.4.2.1.2 Key Personnel: Provide a one page resume of key personnel (not included in the 20 page limit) assigned to the Project Team with descriptions of their specific role and responsibility. At a minimum this needs to include the project manager, general superintendent and the on-site safety representative. 1.4.2.1.3 Narrative: Provide a narrative outlining the intended effectiveness of the proposed team. Highlight specific project examples of how your Project Team has worked successfully as a part of an integrated team. 1.4.2.2 Evaluation Metric: 1.4.2.2.1 Evaluation on the ability of the proposed team and team members to provide the targeted range of technical, management, and implementation skills to construct the project. 1.4.2.2.2 Scoring will be earned based on the extent to which the Project Team has demonstrated successful integration on other, similar, recently completed projects with preference given to experience with construction projects at Department of Energy (or similar) sites. 1.4.2.2.3 References may be contacted to confirm an individual's role in a specific project. 1.4.3 Tab C- Project Team Experience: (50 points) Provide a description of the Project Team's relevant experience and references from no more than five (5) similar projects that your team has recently completed. Identify the Project Team members (cross reference with Tab B) that contributed to each project and what role they filled on each project. Provide a minimum of 3 references from within the last 5 years from previous clients demonstrating the integration of construction with existing facility operations and excavation around active utilities. Further, demonstrate how safety and quality were better than industry standards on those projects. Identify components of the similar projects as it relates to the following sub factors: approach to managing safety and quality during construction, approach to excavation around active utilities, and approach to assure continued operations during the construction period. 1.4.3.1 Submission Requirements: 1.4.3.1.1 Attributes: Provide metrics for each project including size, schedule, budget, and delivery method. Describe the project attributes and how those attributes compare to this project. 1.4.3.1.2 Performance: Describe the project expectations and how project success was measured. Submit performance history in meeting deadlines, producing high quality work, meeting safety goals, and meeting financial obligations. 1.4.3.1.3 Reference: Provide the name and contact information (e-mail and phone number) of the principle Owner's representative who is knowledgeable of the outcome of each project. The reference may be contacted to verify the project information submitted. 1.4.3.1.4 Page Limit: one (1) page per project. 1.4.3.2 Evaluation Metric: 1.4.3.2.1 Evaluation for proven ability to successfully complete a project of the size and type outlined with preference given to experience with construction projects at Department of Energy (or similar) sites. 1.4.3.2.2 References may be asked about performance of key personnel. Summary All examples shall be projects completed within the last 5 years and of similar scope and complexity. Actual Project Team member's experiences on these projects shall be highlighted. This solicitation is A TOTAL SMALL BUSINESS SET ASIDE. This solicitation does not commit NREL to pay for costs incurred in the preparation and submission of a Qualification Statement in response to this notice. Questions regarding this notice must be in written form, and mailed or emailed to the point of contact so as to be received not later than September 17, 2013. Responses to this notice must be sent to the Point of Contact no later than 4:00 pm Mountain Time, September 30, 2013. Point of Contact National Renewable Energy Laboratory Eric Smith, Subcontract Administrator 15013 Denver West Parkway, MS RSF030 Golden, CO 80401 Phone 303-275-3764, Fax 303-630-2109, E-mail Eric.Smith@nrel.gov Place of Performance Address: National Renewable Energy Laboratory 15013 Denver West Parkway Golden, Colorado Postal Code: 80401-3393 Country: UNITED STATES
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/NREL/NR/RGT-3-106373/listing.html)
- Place of Performance
- Address: 15013 Denver West Parkway, Golden, Colorado, 80401, United States
- Zip Code: 80401
- Zip Code: 80401
- Record
- SN03165266-W 20130830/130828235416-ae89ff392f2c0bafeb75d4887e5bdfdc (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 |