Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SPECIAL NOTICE

C -- Architect-Engineer Project for GSA-NCR

Notice Date
7/31/2009
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Procurement Management Division (WPP), 7th & D Streets, SW, Room 7107, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11P-09-YA-D-0115
 
Archive Date
8/17/2009
 
Point of Contact
Joseph Pastrana, Phone: 202 708 6190
 
E-Mail Address
joseph.pastrana@gsa.gov
(joseph.pastrana@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY Funded by the American Recovery and Reinvestment Act of 2009 (“ARRA”). This notice is provided for informational purposes ONLY. This opportunity is available only to the contractors under the following contract numbers: 1)GS-00P-06-CYD-0112, Everton Oglesby Architects, PLLC 2)GS-00P-06-CYD-0115, M.E. Group, Inc. 3)GS-00P-06-CYD-0279, Setty & Associates, LTD 4)GS-00P-06-CYD-0118, Carter & Burgess, Inc. 5)GS-00P-06-CYD-0116, DMJM H&N, Inc. 6)GS-00P-06-CYD-0119, Jacobs Facilities, Inc. 7)GS-00P-06-CYD-0117, Leo A. Daly These contracts were awarded on September 29, 2006. THIS IS NOT A SOLICITATION. It is the intent of the government to award a Firm Fixed Price - Task Order to one (1) A-E Firm to perform Design-Build Scopes of Work for the following buildings/facilities: •PROJECT #1:Lighting Systems and Building Tune Up BUILDING:Washington Field Office (WFO) LOCATION:601 Fourth Street, NW, Washington DC 20535 BUILDING #:DC0463ZZ *ESTIMATE RANGE: Between $1,000,000 and $5,000,000 Project Control No.: SDC03004 •PROJECT #2:Lighting Systems and Building Tune Up BUILDING:Lyndon B. Johnson Building (FOB 6) LOCATION:500 Maryland Ave, SW, Wash, DC 20502 BUILDING #:DC0010ZZ *ESTIMATE RANGE: Between $1,000,000 and $5,000,000 Project Control No.: SDC03002 •PROJECT #3:Lighting/Building Systems Improvements/Building Tune-Up BUILDING:Wilbur J. Cohen Building LOCATION:330 Independence Ave, SW, Wash, DC BUILDING #:DC0034ZZ *ESTIMATE RANGE: More than $10,000,000 Project Control No.: SDC03006 •PROJECT #4:Lighting/Building Systems Improvement/Building Tune-Up BUILDING:Martin V.B. Bostetter Courthouse LOCATION:2005 Washington Street, Alexandria, VA 22314 BUILDING #:VA0003ZZ *ESTIMATE RANGE: Between $1,000,000 and $5,000,000 Project Control No.: SVA03009 Summary of Architect-Engineer Project The General Services Administration (GSA) is to procure Design/Build (D/B) services for the projects listed above as part of the American Reinvestment Recovery Act (ARRA) program for DC Service center, National Capitol Region (NCR). 1.GSA requires an A/E Firm possessing the experience and skill sets to write the D/B Scopes of Work for the four projects listed above. One A/E firm will be selected to develop scope for all four projects. GSA has energy studies for all projects except for Marton Bostetter Building. Building description and system description for each project is also available to use while preparing re-commissioning/tune up task. The design-build contractor will ensure that all OPR outlined in these documents are being implemented and commissioned for the optimize performance. 2.The project manager shall generate a project team including architect, mechanical, electrical, plumbing, historic preservation, structural, lighting and roofing consultants etc. as needed to attend meetings with GSA’s customer agency, survey the project site and develop a scope of work for the projects listed above. Life Safety, Fire Protection, Safety and Industrial Hygiene requirements developed in the Design/Built project will be reviewed for compliance by GSA WPYG group. 3.The project team shall incorporate GSA requirements and customer agency requirements into the scope of work. Refer to GSA-PBS-P100 Design Criteria and requirements for details and include the requirements into the SOW where they apply. 4.The A/E will be responsible to perform tune up per specification. The design/built scope should include the recommendations from the outcome of tune up performance. The Retro-Commissioning Study Report shall be prepared in the format per specification and the data shall be filled in the template per specification. Re-commissioning /Tune up is required to the extent A/E should be able to identify energy conservation opportunities such that a comprehensive design-build scope can be prepared. The intent of tune up is to use the control assessments associated with the retro-commissioning effort to primarily help identify work elements for the design-build RFP and also to make a minor control adjustment without major shutdown of the facility and to get equipment back on (control) schedules. The successful bidder will be doing all the field survey in addition to re-commissioning/tune up. It is recommended that to assure operational sequences work correctly, all control points virtually will be checked. ARRA Lighting Expert Consultant statement of Work is included to provide guidance about lighting options and recommendation through project delivery. The lighting report shall be prepared for the savings in energy and cost due to use of energy efficient fixtures/lamps and all types of sensors used for controlling the lighting fixtures similar to Retro-Commissioning Study Report. 5.Based on the SOW, provide a budget estimate for the project (construction cost), design man-hours estimate for each discipline and design fee estimate for the project. 6.The project team shall develop the SOW by using GSA’s generic format providing guideline for a design/build projects. The project team shall also provide requirements for each discipline as required. After GSA’s review and approval, GSA’s Contracting Officer will request bids from Design/Build contractor. The successful bidder will prepare the entire package – inclusive of boiler plate and proposal submission requirements, evaluation criteria, etc. associated with source selection. 7.The duration for writing the D/B SOW is approximately 4 months including GSA an initial review and two (2) resubmissions. Additional Info: joseph.pastrana@gsa.gov Contracting Office Address: GSA/PBS/NCR 301 7th Street SW, Room 7107 Washington D.C. 20407 Point of Contact(s): Joseph Pastrana, (202) 708-6190
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPYB/GS-11P-09-YA-D-0115/listing.html)
 
Place of Performance
Address: Four (4) locations within the Metropolitan Washington, DC area, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN01895278-W 20090802/090801000253-8869d98873018abf600f7dc4530087e1 (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.