Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
MODIFICATION

R -- NOAA Satellite Operations Facility Project

Notice Date
8/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-09-CY-P-0205
 
Point of Contact
Paris N Marshall, Phone: 202-219-1368, Virginia D Burwell, Phone: 202-219-1076
 
E-Mail Address
paris.marshall@gsa.gov, virginia.burwell@gsa.gov
(paris.marshall@gsa.gov, virginia.burwell@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $7.0M annual gross receipts for a period of three years. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. General Services Administration (GSA), Public Buildings Service (PBS), Contracting and Facilities Division (PGE), is requesting services for the 3D Laser Scanning and as Built BIM Modeling for NOAA Satellite Operations project. Background: In July 2003, the Office of the Chief Architect (OCA) established the National 3D-4D-BIM Program. To date, OCA has initiated over 70+ capital projects across the nation using an array of 3D, 4D, and Building Information Modeling (BIM) technologies in support of GSA business needs. The power of visualization, coordination, simulation, and optimization from three-dimensional (3D), four-dimensional (4D), and BIM computer technologies allow GSA to more effectively meet customer, design, construction, and program requirements. GSA is committed to a strategic and incremental adoption of 3D, 4D, BIM technologies (www.gsa.gov/bim). Required Services (Scope): The contractor shall provide the services included in the attached Statement of Work (SOW). The contractor shall coordinate and seek approval from the GSA COTR regarding the equipment object types, elements, element attributes, and zones to be modeled (for more information see SOW). Information on the specified equipment object types, elements, element attributes, and zones to be modeled will be provided to the contractor directly by GSA COTR as that information becomes available. All services include the support of development of best practices guidelines for the GSA BIM Guide Series. Project Summary: The NOAA Satellite Operations Facility (NSOF) is located on the Suitland Federal Center (SFC) in Suitland, Maryland. The NSOF building was designed by the renowned architect, Thom Mayne, of Morphosis. In the NSOF bulding, Mayne included architectural design principles that prioritize open spaces, reduce the presence of built-form and integrate the architecture into the landscape. He received the Pritzker Architecture Prize in 2005. The property itself has received several design awards, including the 2002 GSA Design Award, 2003 AIA/LA Award, and 2004 Progressive Architecture Citation. GSA submitted this property for rating by the US Green Building Council and has received the Gold Leadership in Energy and Environmental Design (LEED) rating. The purpose of this project is to perform a laser scan of a portion of the NOAA facility which contains building equipment and develop a facility management BIM model. Current GSA procedures do not adequately capture required equipment information necessary for the effective management and operation of its facilities via GSA Computer Maintenance and Management System (CMMS). GSA has a desire to enhance its building information database with this information to create a more robust and effective building management environment, enabling coordinated commissioning activities and facility management (e.g., maintenance schedules, maintenance coordination, mechanical operation, etc.) across building life-cycle phases. Objectives for this BIM Solicitation: - To create an accurate current-condition record of the existing building conditions for a single section of the NOAA facility. The deliverables from the interior scanning will be used primarily for verification and comparison of spatial data and area measurements. The 3D imaging at this location will provide 2D CAD plans, elevations and 3D geometric models and/or BIM required to document as-built conditions, including details of the interior spaces. - To generate a point cloud of the building interior and exterior for applications such as spatial data management, visualization, and facility management. - To create a BIM(s) that contains a selected population of critical architectural, structural, mechanical, electrical, plumbing, and civil objects for building services such as Fire, HVAC, Data/Communications, Security, and Lighting that may be utilized for building operation. The model(s) will support services such as spatial validation and building operations and maintenance activities. - To populate the critical mechanical, electrical, plumbing, and civil objects with the appropriate performance requirements and as-built information. The object attribute information that is captured will be used throughout the building lifecycle and integrated into the GSA CMMS. - To assist the GSA in developing Best Practices for the services/applications listed in sections 1.0-7.0 that will be incorporated into GSA’s BIM Guide Series. It is the intention of the government to develop the Best Practices in a collaborative way so that future use of BIM for similar applications yields high quality deliverables in the most efficient manner. Deliverables: The contractor shall provide the deliverables specified in the SOW (See attachment). Period of Performance: The period of performance for the contract will be for a period not to exceed 12 months. If required, a 6-month extension may be exercised in accordance with FAR Part 52.217-8, Option to Extend Services. Price Schedule: The Contractor shall complete Appendix A, Pricing Schedule and submit under Volume I of their proposal. Evaluation Criteria: The contractor will be evaluated on the criteria stated in Appendix C, Evaluation Criteria. When combined, technical is more important than price. The evaluation criteria are (in order of importance): 1)Technical 2)Personnel and Experience 3)Past Performance 4)Price Submission of Proposals: The contractor shall submit their questions on or before 12:00p, 12:00pm, E.S.T., Wednesday, August 12, 2009. The Contractor’s proposal is due on or before 12:00pm, E.S.T., Thursday, August 20, 2009. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email or hard copy to 1800 F Street, NW, Room 4302, Washington, DC 20405 or by email to Ms. Paris N. Marshall at: paris.marshall@gsa.gov. For further instructions for submitting proposals please see Appendix D. The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors – Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications – Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) The clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, 552.229-70, 552.232-70, apply to this solicitation and any resultant contract. This acquisition is set-aside for small business concerns. The government anticipates a Firm-fixed price purchase order. All offerors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via Internet at www.ccr.gov or by calling 1-888-227-2423. Offerors must submit their proposal to Ms. Paris N. Marshall by mail, email (paris.marshall@gsa.gov) or fax (202-501-3836). For more information, please contact Ms. Paris N. Marshall on 202-219-1368.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PHA/GS-00P-09-CY-P-0205/listing.html)
 
Place of Performance
Address: Washington, DC, United States
 
Record
SN01906396-W 20090812/090811002642-ccdbda3bf79a139f216aa4239a5c7832 (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.