Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

S -- Lukeville, Sasabe, Naco POEs Energy Study

Notice Date
9/8/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Real Property Programs Division, Contracts Section (9PMFC), 450 Golden Gate Avenue, 4 East, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-08-KSM-0089
 
Archive Date
10/7/2008
 
Point of Contact
Mark B Levi, Phone: 415.522.3374
 
E-Mail Address
mark.levi@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration, Pacific Rim Region (GSA), is requesting proposals for an energy audit for the Ports of Entry (border stations) at Lukeville, Sasabe and Naco, Arizona. The purchase order clauses, evaluation criteria and RFQ (SF 18) will be posted to FBO. This solicitation is for unrestricted competition under the Small Business Competitiveness Demonstration Program, NAICS 541330. Any responsible source may submit a proposal that will be considered. The procurement is a simplified acquisition under FAR Part 13; Part 15 procedures will not be followed. Selection will be based on best value offered considering cost (hourly rates and maximum travel costs) and skills and experience of the proposed auditors (to include the range of disciplines to cover the technologies mentioned below) and support professionals. Registration at www.ccr.gov is required. The order will be issued on a time and materials basis. Scope: Scope details will be developed following a kickoff meeting and building tour at the site. GSA and Contractor will agree on the most productive systems on which to focus the audit. GSA is generally interested in lighting retrofits (to include advanced lighting technologies such as perimeter and universal dimming), co-generation, HVAC improvements, operations and sequence of operations improvements, on-site renewable energy production, demand response, and envelope improvements that are economically viable. GSA will provide site access, Contractor must produce a report detailing energy conservation measures recommended, using DOE BLCC version 5.3-07. Following kickoff meeting, Contractor must notify building manager one week prior to site visits, and must obtain Federal Protective Service clearance and obtain building badge for all personnel working on site. Contractor should begin process of submitting background forms and fingerprint cards immediately after purchase order award. Work must be complete and report submitted not later than June 30, 2009. A 100% draft report must be submitted electronically (PDF). Upon receipt of GSA comments, report must be finalized and submitted electronically (PDF) and 3 bound hard copies with all supporting data and calculations within two weeks. Proposals must be submitted no later than 12:00 Noon PDST on Monday September 22, 2008, by email to Mark.Levi@gsa.gov (email submission is required). Proposals must include: (1) signed and completed RFQ (SF 18); (2) letter proposal containing resumes and other descriptive information related to skills and background of personnel who will be performing work, to include references (including accurate names and phone numbers) of clients for whom the specific personnel have performed audit and energy analysis work. A purchase order will be issued to the successful offeror. The purchase order will be time and materials, not to exceed $40,000, with the maximum travel cost a not-to-exceed subtotal. Contractor must report exact hours worked by individual and rate, and reimbursable expenses with substantiating documentation, with each invoice. Progress invoices may be submitted for each calendar month after the end of each month, Final invoice must be accompanied by an executed releasee of claims. Price proposals must be valid through September 30, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc2e3ca16d1413463a4f08e87a245647&tab=core&_cview=1)
 
Place of Performance
Address: administered from:, 450 Golden Gate Ave. 4E 9PME, San Francisco, California, 94102, United States
Zip Code: 94102
 
Record
SN01662405-W 20080910/080908215851-fc2e3ca16d1413463a4f08e87a245647 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.