SPECIAL NOTICE
J -- Request for Information - Building Automation System Integration - RFI_2014_Las-Cruces_BAS_Integration_PWS_DRAFT
- Notice Date
- 1/7/2014
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQB), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- RFI_2014_Las_Cruces_BAS_Integration
- Archive Date
- 2/14/2014
- Point of Contact
- David A. Frye, Phone: 8179787451
- E-Mail Address
-
david.frye@gsa.gov
(david.frye@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- MS WORD Version - DRAFT Performance Work Statement (PWS) for Las Cruces BAS Integration - PDF Version - DRAFT Performance Work Statement (PWS) for Las Cruces BAS Integration THIS IS A REQUEST FOR INFORMATION (RFI) IN ACCORDANCE WITH FAR 15.201(c)(7) AND FAR 52.215-3. This is NOT a Request for Proposal (RFP) or Request for Quote (RFQ). An RFP/RFQ is not being issued at this time, and this notice shall not be considered as a commitment by the Government to issue a RFP, nor does it restrict the Government to a particular acquisition approach. The General Services Administration (GSA), Public Building Service is encouraging early exchanges of information about future acquisitions. Your input is valuable in helping us develop requirements that improve our facilities, reduces our costs, and simplifies the contractor's ability to maintain our facilities. We are seeking industry input from Electrical, Plumbing, Heating and Air Conditioning (HVAC) contractors already under contract with GSA or interested in working with GSA in the future. FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is issued for the purpose of: Obtaining industry input relevant to a possible future solicitation for Building Automation System (BAS) programming and integration. Respondents are invited to provide comments on the content of this announcement to include suggestions for improving the scope of a possible solicitation. (End of provision) ATTACHMENTS: 1. Draft Performance Work Statement (PWS) SUBMISSION INFORMATION: All potential sources with the capability to provide the requirements referenced in this RFI and in the draft PWS are invited to submit, in writing, sufficient information within the page limitation (listed in this section). This information should demonstrate the responder's ability to fulfill the requirements and be responsive to the technical questions in this RFI, as indicated below. Inquiries Due: General inquiries to this RFI shall be submitted electronically to David.Frye@gsa.gov, no later than 2:00 pm Central Standard Time (CST) on January 23, 2014. Do not send questions with proprietary content. No telephonic inquiries will be accepted. Responses Due: Responses to this RFI are due no later than 2:00 pm CST on 30 January 2014. All submissions shall be electronically submitted to David.Frye@gsa.gov as a PDF document. Submission Format: All responses submitted to this RFI shall be properly sent via e-mail as follows: To: david.frye@gsa.gov Subject: RFI 2014-Las-Cruces-BAS-Integration Responses to this RFI shall address the following requirements: 1.A cover sheet which includes: a)RFI Title "2014-Las-Cruces-BAS-Integration" b)Vendor / Company Name c)Address d)Point Of Contact e)Email Address f)Phone Number g)Vendor DUNS Number h)Business Size and Socio-Economic Status (if applicable) i)A list of all NAICs codes as identified in the vendors Online Representations and Certifications identified in the System for Award Management (SAM - www.sam.gov) 2.Comments related to the Draft Performance Work Statement (PWS) not to exceed 2-pages or edited within the attached draft PWS using track changes; 3.Marketing materials not to exceed 2 pages should be provided as an attachment; 4.Vendor response to the question 1 through 14. (no page limit) ------------------------------- Performance Work Statement (PWS) Questions: 1.Are any of the requirements included in the draft PWS unreasonable and/or unattainable? Why? 2.Which requirements in the draft PWS should not be considered by GSA to be necessary and why? 3.Are there additional requirements that GSA should consider incorporating in the final PWS and why? 4.Mechanical Equipment: What additional information regarding existing mechanical equipment/systems is necessary to prepare your estimate? 5.Building Automation System (BAS): What additional information regarding the existing Local and Regional BAS (hardware or software) is necessary to prepare your estimate? 6.Is the information provided in the attachments of sufficient scope and detail to prepare your estimate? Does the PWS clearly state the purpose and intended use of all attachments? 7.What additional Government furnished information is required to mitigate risk and help guarantee a successful implementation? 8.Is the period of performance (excluding time for HSPD-12 clearance) appropriate for this requirement? 9.What existing contract vehicles does your firm utilize for similar projects? i.e. GSA Schedule 03FAC, another GSA contract or BPA, open market (FAR 12 & 15) 10.Under what North American Industry Classification System (NAICS) code have you performed this work previously? 11.What labor categories are appropriate for this requirement? 12.Other than price and past performance, what other evaluation do you feel are appropriate during source selection? (Experience/schedule/etc) 13.Does your firm have experience (past performance data) related to a similar size and scope Federal Government requirement? 14.Does your firm have any additional questions, comments, or concerns about the framing of this requirement?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/RFI_2014_Las_Cruces_BAS_Integration/listing.html)
- Place of Performance
- Address: Las Cruces Court House (NM0014ZZ), Las Cruces, New Mexico, 88001, United States
- Zip Code: 88001
- Zip Code: 88001
- Record
- SN03262802-W 20140109/140108000018-20dcef998b759a84fa00e50b90632435 (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 |