Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOURCES SOUGHT

Z -- Housing and Urban Development (HUD), Robert C. Weaver Federal Building - Air Handling Unit (AHU) Replacement Project, Washington, D.C.

Notice Date
2/7/2024 12:53:55 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R11 SPECIAL PROGRAMS FDA 80 BRANCH WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47PM1124N0001
 
Response Due
2/21/2024 11:00:00 AM
 
Archive Date
03/07/2024
 
Point of Contact
Encarnita Dinero
 
E-Mail Address
encarnita.dinero@gsa.gov
(encarnita.dinero@gsa.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� The General Services Administration (GSA), Public Buildings Service (PBS), National Capital Region (NCR) requests letters of interest from qualified PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential project described below.� By way of this market survey / sources sought notice, NCR intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside or acquisition decision to be issued will be dependent upon the capabilities of the responses to this notice and/or other market research efforts performed.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice. This project will be a Firm-Fixed Price (FFP), Design-Build (DB) contract for the removal and replacement of Air Handling Units (AHUs) located in Washington D.C. Design-build means combining design and construction in a single contract with one contractor.� In accordance with GSAM 536.204 � Disclosure of the magnitudes of construction projects, the magnitude of this project is between $30,000,000 and $40,000,000.� The North American Industry Classification System code (NAICS) for this acquisition is 236220 � Commercial and Institutional Building Construction with a size standard of $45,000,000.� PROJECT DESCRIPTION:� The Robert C. Weaver Federal Building (Weaver Building) houses the U.S. Housing and Urban Development (HUD) located at 451 7th and D St SW, Washington, DC. The HUD building was constructed in the 60's and completed in 1967 as part of the District of Columbia's Southwest Urban Renewal Plan. It has 10 above-grade floors, two basement levels and three levels of underground parking. This building was added to the National Register of Historic Places in 2008. It has 1,331,935 GSF and 1,121,922 RSF of space. Environmental services for space conditioning are provided by central station air handling units served by central chilled water and heating hot water plants in the penthouse of the building. Most of the air handling units are original to the building. This procurement would require a Design-Build contractor teaming with an Architect and Engineering (A/E) firm for design-build construction services in the removal and replacement of fourteen (14) AHUs including, but not limited to, associated mechanical appurtenances, electrical infrastructure, controls, fire alarm, ductwork, and insulation that are beyond their life expectancy. The 14 AHUs (totaling appr. 881,000 CFM of airflow) are original to the building, constructed in 1968, and do not meet the current ASHRAE standards for indoor air quality. Ten (10) units are located in the Penthouse, three (3) units in the sub-basement, one (1) unit is in the basement. The existing air filtration system is outdated and poses significant challenges in providing proper air circulation and maintaining healthy air quality throughout the building. The air filtering system was designed for Minimum Efficiency Reporting Values (MERV) 8 & 10. Current guidance from the Centers for Disease Control and Prevention recommends that all building systems meet ASHRAE Standard 62.1: Ventilation for Acceptable Indoor Air Quality. ASHRAE Standard 62.1 was published in 1973, while the Weaver Building was built in 1968.��� The new AHUs would include modern equipment designed per ASHRAE 62.1Ventilation and Acceptable Indoor Air Quality. Units must be integrated into the building's existing electrical, mechanical, plumbing and fire alarm systems. Removal of existing equipment and accessories and installation of new AHUs shall overcome logistical constraints via detailed phase planning with GSA and HUD as well as the hybrid installation of both modular factory built and factory site-built AHU equipment. The primary objective of this project is to implement and successfully execute a complete design-build construction project to replace AHUs under a Firm-Fixed price contract. SUBMISSION REQUIREMENTS: Interested PRIME CONSTRUCTION CONTRACTORS shall submit a narrative demonstrating their experience in Design-Build construction projects of similar nature as described under the Project Description. Further, please include in your response, the following questions (in the exact order):� Contractor's name, address, UEI, CAGE Code and point of contact information containing a phone number and email address. Business size for the assigned NAICS code. Are you a small or large business? In addition to the size of business, indicate any other socioeconomic designations such as 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB. Experience:� Include two (2) projects with similar scope and magnitude of construction completed within the last seven (7) years. �Similar� is defined as a project with a minimum total contract value of $25,000,000 and the contractor's task included completing work in a government facility, including structural, fire/life safety, mechanical, electrical, and plumbing design and construction. At least one (1) project must demonstrate as a whole or separate experience with: Prime General Contractor experience for a design-build renovation of major mechanical/ electrical equipment and associated coordination within a large federal facility. Development and coordination with owners/ tenants of construction phasing plans as it relates to major system shutdowns and renovations of mechanical, electrical, and fire alarm systems that affect substantial portions of the building at a time. This includes AHUs, electrical switchgear and switchboards, and temporary facilities as required. Installation of modular and site-built mechanical and electrical equipment due to logistical challenges and space constraints in an occupied building. Identify if, based upon the scope of this project, interested firms would form a joint venture to execute this work.� Provide Joint Venture information, if applicable including DUNS number and CAGE code. Address the firm�s plan to include small business participation to the maximum extent practicable. Firm�s Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via a letter from bonding company.� Include any concerns associated with providing performance and payment bonds for the projected contract value identified. Narratives shall be no longer than five (5) pages.� Responses must be in the exact format as indicated above. Responses must be sent via email to Encarnita Dinero, Contract Specialist at encarnita.dinero@gsa.gov and Sierra Marshall, Contracting Officer at sierra.marshall@gsa,gov no later than 2:00 p.m. EST on February 21, 2024. All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Comments will be shared with the Government, Customer and the Project Delivery Team, but otherwise will be held in strict confidence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/38286e6f8ad343e9b8e77da7b62a291f/view)
 
Place of Performance
Address: Washington, DC 20410, USA
Zip Code: 20410
Country: USA
 
Record
SN06958781-F 20240209/240207230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.