Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOLICITATION NOTICE

C -- Enhanced Commissioning Services

Notice Date
10/27/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-R-4007
 
Response Due
2/1/2011
 
Archive Date
4/2/2011
 
Point of Contact
Jay Denker, 816-389-3934
 
E-Mail Address
USACE District, Kansas City
(jay.b.denker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This solicitation is for the provision of Enhanced Commissioning services as prescribed by the US Green Building Council (USGBC) during the design, construction, and initial post-occupancy phases of project delivery for the Northwestern Division of the US Army Corps of Engineers. This contract will be procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Government intends to negotiate one 5 year Indefinite Delivery Indefinite Quantity (IDIQ) type contact with Firm Fixed Price (FFP) task orders with a dollar capacity of $9.5 million. The general scope of this effort is to provide the Government Construction Management staff with Enhanced Commissioning services for various projects that are within the mission areas of the Districts of the Northwestern Division. The Enhanced Commissioning Services shall include individuals to serve as the Commissioning Authority for each project, as described in the USGBC LEED Reference Guide. These persons will support the Government in verifying contract compliance regarding the design, construction, and initial post-occupancy phases of project delivery as it relates to enhanced commissioning. All offerors are advised that this requirement may be cancelled or revised at any time during the solicitation, evaluation, selection, and negotiation. Final award date may vary and final completion date may vary. NOT A SET-ASIDE ACQUISITION. This announcement is open to all businesses regardless of size. The North American Industry Classification System (NAICS) code for this action is 541330, Engineering Services. The Small Business size standard for this effort is based on the average annual receipts for the preceding three (3) fiscal years. A business IS SMALL for this effort if its average annual receipts DO NOT EXCEED $4.5 million. Large business firms selected for negotiations will be required to submit a detailed subcontracting plan specific to the subcontracted work (compliant with FAR 52.219-9). If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met The subcontracting goals for this A-E contract are as follows: a minimum of 70% of the contractor's intended subcontract amount be placed with Small Business (SB) including a minimum of 6.2% for Small Disadvantaged Business (SDB); 7% for Women-Owned Small Business (WOSB); 9.8% for HUBZone Small Business; 2% for Service-Disabled Veteran-Owned Small Business; and 3.5% for Veteran-Owned Small Business. Selection of firms is NOT based upon competitive bidding procedures, but rather upon the PROFESSIONAL QUALIFICATIONS necessary for the performance of the required services per FAR 36.602-1. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). 2. PROJECT INFORMATION: For each task order to this contract the individual serving as the Enhanced Commissioning Authority shall: * Act as an independent Commissioning Authority (CxA) in accordance with the USGBC LEED Reference Guide. * Lead, review, and oversee the completion of commissioning process activities * Report results, findings, and recommendations directly to the Government * Conduct, at a minimum, one commissioning design review of the Owners Project Requirements (developed by the Government) and the Basis of Design (developed by the design team) for clarity and completeness prior to the mid-construction documents phase and back-check the review comments in the subsequent design submission * Develop and incorporate commissioning requirements into the construction documents * Develop and implement a commissioning plan * Verify the installation and functional performance of the systems to be commissioned * Develop, or coordinate development of, a systems manual that provides future operating staff the information needed to understand and optimally operate the commissioned systems * Verify that the requirements for training operating personnel and building occupants have been completed * Review the operation of the building with operations and maintenance staff and occupants within 10 months after substantial completion and develop a plan for resolving outstanding commissioning-related issues. * Complete a summary commissioning report * Assist in the process for credit documentation for USGBC certification. * Multiple (up to five) concurrent locations within the Continental United States, with each location having multiple projects under construction simultaneously. The Designer of Record (DOR) is under separate contract with the Government and is responsible for preparing a commissionable design and the Basis of Design. Fundamental Building Commissioning will be performed by the construction contractor who is also under contract with the Government. Commissioning Authority Focus Areas include, but are not limited to the following: * Heating, Ventilating, Air Conditioning, and Refrigeration Systems (HVAC&R) Systems (mechanical and passive) and associated controls * Lighting and Daylighting Systems and Controls * Domestic Hot Water Systems * Renewable Energy Systems (e.g. Wind, Solar) * Storm Water Management Systems * Water Treatment Systems * Normal Electrical Power Systems * Emergency Power Systems * Fire Alarm Systems * Security Systems * Building Communications Systems * Central Energy Plant * Steam Generation/Chilled Water Systems * Bio-mass Generation * Fuel Cell Generation * Medical Gas Systems * Elevators * Smoke Control Systems * Comprehensive Envelope (Building Shell Commissioning) * Selected Plumbing Features Projects will be designed and constructed to qualify for, as a minimum, the Silver rating as defined by the USGBC Leadership in Energy and Environmental Design (LEED) Green Building Rating System for New Construction and Major Renovations. The Commissioning Authority shall also serve as an independent LEED documentation/validation agent in accordance with USGBC standards. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance by major criterion. Criteria A through F are primary. Criteria G and H are secondary and will be evaluated but not rated unless there is a tie among technically equal offerors. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the offeror and consultants in the nine categories listed below. For a project in Section F of the SF 330 to count as relevant experience under these evaluation subfactors, the project must have been commissioned by the offeror and be complete with all systems fully commissioned. Projects not yet commissioned will not be considered as relevant experience. Projects consisting only of planning Charrette, design Charrette, and/or the preparation of design-build request for proposal documents will not to be considered as relevant experience. Projects shown to contain complex or unique mechanical, electrical and controls features will receive higher ratings. Projects completed before September 2006 will not be considered. Projects completed since September 2009 will receive higher ratings. The basis of the evaluation will be the information in Section F of the SF 330. 1. Experience in total building commissioning of large complex projects (typically in the range of 10,000 to 500,000 SF, single or multiple building projects) 2. Experience preparing commissioning specifications defining both the minimum construction phase commissioning requirements and detailed requirements for specific systems, and the commissioning plan in accordance with ASHRAE Guideline 0. 3. Experience in the commissioning of HVAC, electrical power, and fire alarm systems for large complex projects 4. Experience conducting/documenting Functional Performance Tests (FPTs) 5. Field experience in the operation and troubleshooting of electrical power systems including emergency power generation and load shedding equipment, mechanical system controls and energy management and control systems 6. Experience in design, operation and configuration of digital control systems for HVAC equipment and electrical power equipment controls 7. Experience in monitoring and analyzing systems operation using energy management and control system trending and stand-alone data logging equipment. 8. Experience in training staff and occupants in understanding and optimally operating the commissioned systems 9. Experience in development of commissioned systems manuals B. PROFESSIONAL PERSONNEL QUALIFICATIONS: Qualified Enhanced Building Commissioning Specialists. Resumes contained in Standard Form (SF) 330 Architect-Engineer Qualifications, PART 1, Section E, Page 2 shall be submitted for each proposed person. The resume for each individual shall not exceed two pages. Availability of an adequate number of personnel in this discipline shall be presented to ensure that the offeror can meet the potential of working on multiple tasks. The evaluation will consider overall and relevant experience and how recent the experience is. The Enhanced Building Commissioning Specialists shall have a degree in mechanical or electrical engineering, LEED Accredited Professional certification, and at least two years experience in the commissioning of HVAC and electrical power systems for large complex projects. Resumes shall illustrate the extent of the Enhanced Building Commissioning Specialists experience in the following areas: field experience in the operation and troubleshooting of electrical power systems including emergency power generation and load shedding equipment, mechanical systems and energy management and control systems performance; testing of air and water systems; operation and configuration of digital control systems for HVAC equipment and electrical power equipment controls; and monitoring and analyzing systems operation using energy management and control system trending and stand-alone data logging equipment. C. PAST PERFORMANCE on DoD and other contracts as determined from references, other sources, and the Architect-Engineer Contract Administration Support System (ACASS). Letters of commendation from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature or complexity and shall be no older than three years to be considered. D. MANAGEMENT PLAN. Describe the offerors plan to manage their staff for the potential of staffing multiple simultaneous projects in diverse locations (address in Section H of the SF 330). The offeror may expect up to 40 concurrent projects in various locations throughout the Continental United States. Include the necessity for travel on short notice. This portion of Section H is limited to 5 pages in length. E. QUALITY MANAGEMENT PROCEDURES. Describe the offerors quality management procedures (address in Section H of the SF 330). The evaluation will consider quality control coordination between disciplines, subcontractors, and consultants and quality control procedures (type and timing of reviews). Include information on processes that the offeror will employ to provide timely and effective support of the Governments contract administration efforts. Include prior experience of the offeror with consultants on projects of similar scope and complexity. A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. This portion of Section H is limited to 5 pages in length. F. CAPACITY TO ACCOMPLISH THE WORK. Capacity to provide Enhanced Commissioning services during the design, construction, and initial post-occupancy phases of various projects. The offeror shall provide a sufficient number of Enhanced Building Commissioning Specialists that meet the requirements of paragraph B above to handle the workload described in paragraph D above. The evaluation will look at the resumes in Section E of the SF 330 to evaluate the overall capacity of the team. G. VOLUME OF DoD A-E CONTRACT AWARDS in the last twelve (12) months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB firms. Offerors shall clearly state the amount (dollar volume/contract value) of awarded task orders/contracts that they have been issued in the past twelve months. Identify the DoD agency that awarded the task orders/contracts. Only include/identify actual task orders/contracts for work, do not include IDIQ contracts for which you have not yet been issued task orders. H. (Applies only to Large Business Offerors) SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION: Extent of participation of SB, SDB, WOSB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five (5) completed paper copies of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Kansas City District, ATTN: CECT-NWK-M/Jay Denker, 647 Federal Building, 601 East 12th Street, Kansas City, Missouri 64106-2896 not later than 1:00 P.M. Central Time on 23 November 2010. LIMIT EACH COPY OF THE SF 330 TO A TOTAL OF 75 PAGES. Pages in excess of 75 per copy of the SF 330 will NOT be considered. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after the closing time and date specified above. Facsimile transmissions will not be accepted. SF 330 6/2004 edition must be used, and may be obtained from the following website: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6 When completing the SF330 use no smaller than font size 12. A Part II of the SF 330 is required for each branch office of the offeror and any subcontractors that will have a key role in the proposed contract. This is not a request for proposal. 5. QUESTIONS: Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. 6. ELIGIBILITY: CCR requirements: To be eligible for contract award, a firm must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. Prospective contractors must be registered with CCR prior to award of any contract. ORCA requirement: Online Representations and Certifications Application (ORCA) a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR). To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all firms must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Point of Contact: Questions are to be in writing and routed directly to the Contact Specialist, Jay Denker, at Jay.B.Denker@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-4007/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02317974-W 20101029/101027234340-1e9c79f4d83e9363bd269a7276d39c4c (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.