Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2025 SAM #8524
SOLICITATION NOTICE

Z -- Albert V. Bryan Courthouse Limited Modernization Project � Construction Pre-Solicitation Notice

Notice Date
3/27/2025 6:38:43 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV CONTRACT SUPPORT PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
AP_P03_2025_0017
 
Response Due
4/14/2025 9:00:00 AM
 
Archive Date
04/29/2025
 
Point of Contact
Connor Eagan, Mark Lewandowski
 
E-Mail Address
connor.eagan@gsa.gov, mark.lewandowski@gsa.gov
(connor.eagan@gsa.gov, mark.lewandowski@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation notice for acquisition using Federal Acquisition Regulation (FAR) Parts 15 and 36. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). VENDORS SHALL NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. This synopsis is not to be construed as a commitment by the Government nor shall the Government pay for the information resulting from this posting. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per FAR Subpart 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror�s ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. Statement of Need: The General Services Administration (GSA) requires repairs and modernizations at the AV Bryan Courthouse which include but are not limited to Lighting, HVAC, and Building Automation Systems (BAS) in the Albert V Bryan Courthouse (AVB). This contract will be funded by GSA and thus contain numerous specific requirements, regarding pricing, invoicing, submittals, materials, and construction, among others. The work will be performed at the Albert V. Bryan U.S. Courthouse, 401 Courthouse Square, Alexandria, Virginia. The NAICS Code for this procurement is 236220, entitled �Commercial and Institutional Building Construction� and the small business size standard is $45 million. All offerors submitting proposals on this project will be required to be certified to work within this NAICS code. The Albert V. Bryan Courthouse was built in 1995, is federally owned, metropolitan-based, and serves as the Eastern District of Virginia that can seat fifteen judges and has a high operational activity each day, housing the Department of Justice (DOJ) and the US Marshall Service (USMS) among others. Applicable Conditions: This project will fulfill goals for reduced lifecycle costs, and quality of life improvement for the Courthouse tenants. Project Summary Description: The contract work can be summarized as follows and includes Base Bid Tasks 1-3, but please note any Bid Alternates and Bid Options will be exercised subject to availability of funds: 1. Base Bid-Task 1: Chiller Plant Upgrades a. Replace chillers with variable speed screw (VSS), chilled water pumps and isolation valves. Upgrade the chilled water side of the plant to a variable primary system type with properly sized pumps, bypasses, DDC controls, and accessories. Demolish glycol system and plate and frame secondary loop heat exchangers and associated pumps. Replace condenser pumps. b. Bid Option 1: Provide variable magnetic bearing chillers, instead of VSS chillers, and associated electrical equipment for clean power to chillers. 2. Base Bid-Task 2: Lighting System Replacement: This will include existing lighting replacement with LEDs and a new full occupancy and daylighting controls system throughout the building, and new conduit and cabling where required. The building is 536k SF and has standard courthouse, administration, and building maintenance areas of use. The new system is targeted for a deep dive energy reduction using new settings according to the Energy Analysis Dept at Berkeley National Laboratory. a. Replacement and improvement of all interior public space, utility areas, and office lighting systems. Includes demolition and installation of conduit and conductors for lighting. b. Bid Option 2: Replace lighting in the courtrooms, chambers, and prisoner areas. c. Bid Option 4: Replace lighting in garages and exterior. 3. Base Bid-Task 3: Controls Upgrades: A new secure BAS system that replaces the obsolete existing one and adds/replaces all end devices, air and water side controls on AHUs and VAVs, and other metering devices that increase the efficiency of the building. Devices include but are not limited to sensors for temperature, humidity, static pressure, carbon dioxide, differential pressure, airflow measurement, control valves, actuators, freezestat, etc. a. Base Bid: Provide upgraded non-proprietary native BACnet control components with proprietary Tridium Niagara Framework and front end (with native BACnet driver) control components. Provide control devices, programming, and graphics for the chilled water plant and AHUs 1 thru 20. b. Bid Option 3: Provide control devices, programming, and graphics for all fan powered terminal boxes. c. Bid Option 5: Provide control devices, programming, and graphics for garages, RTUs, ACUs, and metering. 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 where non-price factors are considered more important than price. Contract Type Selection: Firm Fixed Price (FFP) Contract Estimated Contract Range: $15,000,000 - $20,000,000 million Solicitation Issue Date: The Request for Proposal solicitation shall be posted on or about thirty (30) days from the posting of the Pre-Solicitation Notice As per FAR Part 5.205(f): (1) This acquisition is being offered for competition limited to eligible Small Business participants; (2) The North American Industry Classification System (NAICS) code for this project is 236220; (3) The Contracting Officer advises that eligibility to participate may be restricted to Small Business participants in either the developmental stage or the developmental and transitional stages; and (4) The Contracting Officer encourages interested participants to request a copy of the solicitation as expeditiously as possible since the solicitation will be issued without further notice. Request for Information: All inquiries concerning this pre-solicitation notice shall be directed to the following email addresses: mark.lewandowski@gsa.gov and connor.eagan@gsa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90bdfbf3c9954c7694da9a348e2ff8c5/view)
 
Place of Performance
Address: Alexandria, VA, USA
Country: USA
 
Record
SN07388550-F 20250329/250327230046 (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.