Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

Y -- GSA/NCR Requirement for Design-Build Construction Projects Funded by the Recovery Act

Notice Date
1/28/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
GSA-NCR-DB-8A-0001
 
Archive Date
2/11/2010
 
Point of Contact
Joseph Pastrana, Phone: 2025730970, Curtis Glover, Phone: 2025259352
 
E-Mail Address
joseph.pastrana@gsa.gov, curtis.glover@gsa.gov
(joseph.pastrana@gsa.gov, curtis.glover@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RECOVERY ACT GSA/NCR Requirement for Design-Build Construction Projects Funded by the Recovery Act This is a competitive 8(a) acquisition under FAR 36.3, Firm Fixed Price acquisition for Design/Build (DB) projects. The North American Industry Classification system (NAICS) Codes are: 236220 (Construction), 541310 (Architect) and/or 541330 (Engineering). This competitive 8(a) requirement is for Design/Build (D-B) projects with the purpose of re-commissioning federal facilities located in the Washington D.C. area, State of Virginia, and the State of Maryland. The scopes of work will include, but not be limited to: 1) upgrading Building Systems via installation of high-performance HVAC components in buildings which will both decrease energy consumption and operations cost; 2) building tune-ups which include re-commissioning to reduce energy demand, reduce operation and maintenance costs, improve building system control, and occupant comfort (This may include hardware and software upgrades to the building control systems or replacing the existing building automation software systems-These building tune-ups include many small-cost, high-impact changes to motors, sensors, and equipment-Data input devices such as advanced utility meters and meteorological instruments may be included); 3) integrated photovoltaic projects which may include roof membranes that will be installed in locations suitable for solar generation (Integrated photovoltaic membranes consist of the installation of highly insulated roofing materials that contain an integrated photovoltaic roofing membrane); 4) lighting replacement projects which include high-performance lighting that will both decrease energy consumption and cost, and improve working conditions and productivity for building occupants to both improve the quality of light and working conditions and result in significant reduction in the lighting energy consumption; and 5) roof replacement projects which may include highly insulated roofs; highly insulated planted green roofs, and highly insulated cool roofs with highly reflective membranes. In addition to the work described above, it is anticipated that the contracts may include specified repair, asbestos, PCB, and lead-base paint abatement, and design and construction services relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection, in addition to all other general design and construction activities. Contractors will be expected to accomplish a wide variety of individual design-build projects (ranging from concept up to 100% level of effort) and the specific description of the work will be posted with the solicitation. Solicitation is scheduled to be posted by February 11, 2010. This procurement will be conducted using the two phase selection process found in FAR 36.3. Qualification proposals will be evaluated in Phase One to determine which Offerors will submit proposals for Phase II. In Phase I, GSA will select the most highly qualified Offerors and request that those Offerors submit Phase II proposals. A maximum of five (5) firms will be selected to submit Phase II proposals. Only those selected Offerors in Phase I are authorized to submit Phase II proposals. Those Offerors not selected for participation in Phase II will be notified in accordance with FAR 15.503(a). NOTE: These projects require firms to provide for Architect, Engineering, and Construction Services. If your company lacks one of these required services, your firm must create a partnership with a business that can complement/fulfill ALL the needed requirements by the submission of qualifications' due date, which is scheduled for March 14 th, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPYB/GSA-NCR-DB-8A-0001 /listing.html)
 
Place of Performance
Address: Washington D.C. area, State of Virginia, and the State of Maryland, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02051672-W 20100130/100128234734-0ac95d238355aae5d872c7aa7b0bcac8 (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.