SOURCES SOUGHT
Z -- Replacement of cooling towers and dry cooler units at the Robert M. Ball (RMB) Building in Woodlawn, MD
- Notice Date
- 4/26/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division (47PD00), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
- ZIP Code
- 19106-1521
- Solicitation Number
- 47PD02-CoolingTower_DryCoolerReplacements
- Archive Date
- 5/26/2018
- Point of Contact
- Emily M. Acedo-Malaney, Phone: 2154464993, Noel Willette, Phone: 215-446-4520
- E-Mail Address
-
Emily.Acedo-Malaney@gsa.gov, noel.willette@gsa.gov
(Emily.Acedo-Malaney@gsa.gov, noel.willette@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, quality contractors for the replacement of cooling towers and dry cooler units at the Robert M. Ball (RMB) Building in Woodlawn, MD. This is a notice for sources sought only. This is not a request for proposal or a pre-­solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to the extent it will be competed. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219­8, Utilization of Small Business Concerns General Description of Scope of Services: The project includes the installation of a chiller plant optimization (CPO) system to augment the existing chilled water/condenser water controls system. Overall, this project includes the replacement of four (4) cooling towers, the replacement of six (6) air cooled fluid coolers, and the installation of a chiller plant optimization system to the existing chilled water/condenser controls system. The cooling tower replacement will include the replacement of all cooling towers, associated structural steel platforms, electrical conduits, feeders, and equipment. The Contractor will provide variable frequency drives for cooling tower fans and upgrade all tower controls. The Contractor will also provide testing, adjusting, balancing, and assistance with commissioning activities. The air cooled fluid cooler replacement will include the replacement of all air cooled fluid coolers, associated electrical conduits, feeders, and equipment. The Contractor will be expected to provide a glycol fill system and flush/refill all dry cooler piping systems. The Contractor will also upgrade associated controls in addition to providing testing, adjusting, balancing, and assistance with commissioning activities. The chiller plant optimization package installation will be linked to the existing chilled water/condenser water controls system. The Contractor will provide control of the condenser water system using algorithms to maximize system efficiency and adjust central plant operation based on actual load profiles, ambient conditions, equipment performance characteristics, energy demands of all associated auxiliaries, and real-time feedback from equipment/sensors. The system shall also monitor additional chilled water operating parameters identified on the contract drawings, maintain trend data, and be capable of expansion. Size Standard: The NAICS Code for this project is 238220 Plumbing, Heating, and Air-Conditioning and the small business size standard is $15 Million. Magnitude of Construction The estimated cost range of the project is $5,000,000.00 to $10,000,000.00. Selection Procedures The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Response Information : The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Contractors should submit a narrative demonstrating their experience in the specified work, as well as, their technical capabilities. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. (3) Describe your firm’s ability to obtain a bid bond up to 20% of the maximum order of magnitude and performance and payment bonding to 100% of the maximum order of magnitude. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm’s particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Ms. Emily Acedo-Malaney, Contract Specialist. Please email your response to emily.acedo-malaney@gsa.gov by May 11, 2018, 4:00pm, Eastern Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0ed1ac41bd30219487be39743fef6a4e)
- Place of Performance
- Address: Woodlawn, Maryland, United States
- Record
- SN04902452-W 20180428/180426231026-0ed1ac41bd30219487be39743fef6a4e (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 |