Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

Z -- ESPC Notice of Opportunity - Multiple Facility Energy Project (Washington, Oregon and Alaska) - Notice of Opportunity

Notice Date
3/7/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Contracting Branch(10PCC), 400 15th Street, SW, 2nd Floor, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-P-10-12-LT-0013
 
Archive Date
4/13/2012
 
Point of Contact
Richard Risso, Phone: 2539317309
 
E-Mail Address
richard.risso@gsa.gov
(richard.risso@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
ESPC Building Energy Use List 2012 Notice of Opportunity The U.S. General Services Administration Northwest/ Arctic Region (Region 10) invites current Super ESPC contract holders (DE-AM36-09GO290-XX) to submit a written response to this notice for the opportunity to be considered for this potential ESPC project. Upon consideration of all responses received, GSA will down select two or more ESCOs from the pool of offerors to develop a preliminary assessment in conjunction with the terms and conditions of the DOE IDIQ contract. The buildings that are proposed for this opportunity are as follows: Anchorage Federal Building and USCT, Anchorage, AK (AK0000AA) Food and Drug Administration (FDA) Bothell, WA (WA0118ZZ) Tacoma Union Station, Tacoma, WA (WA7587ZZ) Region 10 Office Building, Auburn, WA (WA0000KA) Eugene Federal Building, Eugene, WA (OR0051ZZ) Vancouver Federal Building, Vancouver, WA (WA0094ZZ) Redden USCT, Medford, OR (OR0018ZZ) Border Patrol Headquarters, Spokane, WA (WA0089HQ) USBS Pacific Highway, Blaine, WA (WA0120BN) Kenneth G. Ward Border Station, Lyndon, WA (WA0000YB) USBS Sumas, WA (WA0000SB) (See ESPC Building Energy Use List 2010) Background Information: The primary function of the buildings and facilities under consideration is to serve as federal office buildings, United States Courthouses and land ports of entry into the United States from Canada. The court houses are active and cannot be shut down or interrupted. Specific U.S. Marshall’s security procedures must be followed prior to any entry or project and the time for clearance should be considered in the project plan. Various customs, immigration, administrative and other related inspection and office space is involved. Due to international trade and travel, concerns about contraband, security considerations, and other considerations there is equipment specific to the operations of the LPOEs present on site. This may include computers, large areas that are lighted for security purposes, machines capable of X-raying tractor trailer trucks for contraband, inspection booths, license plate readers, radiation monitors, surveillance cameras, and other equipment. LPOEs experience high volumes of traffic both vehicle and foot. Many of these facilities are operated on a 24 hour- seven day a week basis. The mission requirements of Federal Tenant agencies may limit energy reduction opportunities in some respects. Security Clearances will also require time for processing and this should be included in any schedule or plans for site inspections or preliminary audits. Many of the LPOEs handle both commercial and private vehicle traffic. Due to NAFTA and increasing focus on cross border trade, drug and immigration issues, many of the LPOEs are undergoing expansion or witnessing increased traffic and use. Scope Summary: The intent of this project is to utilize both traditional energy efficiency projects and renewable energy to accomplish that objective. The buildings and this project are intended to become High Performance Green Buildings as that term is defined in the Energy Independence and Security Act of 2007. All equipment and components used shall be Energy Star certified (where appropriate) and of the highest energy or other efficiency that can reasonably, economically, and presently be obtained with current state of the art equipment. The Contractor shall be responsible for the physical installation of the improvements and equipment. The ESCO should also be knowledgeable and experienced in traditional energy conservation and energy efficiency technologies and construction methods as well as renewable sources of energy production. GSA is seeking to obtain highly sustainable, highly energy efficient buildings and facilities. Lighting, building envelope, Glazing and HVAC systems, and building automation control systems and programming is another area where specialized experience and knowledge is required as is HVAC and energy storage system design and thermal storage system design and operation. ESCOs should also have experience with facilities such as US court houses, LPOEs that have unique traffic flows and operational considerations. The successful contractor will have to be knowledgeable and capable of construction of Energy Star and LEED certified buildings and of obtaining those certifications for any facility that does not yet have them. Potential ECMs include but are not limited to renewable energy sources i.e. solar PV systems, lighting system upgrades, energy storage systems, water conservation systems, and other potential ECMs identified after the preliminary audit and consultation with the building managers and GSA’s Energy Team (see Appendix 1, IDIQ Contract Attachment J-3) for comprehensive list. The GSA has completed energy audits and retro commissioning studies at many of the proposed locations. The completed studies will be made available to the ESCOs selected to submit proposals for their use, but without representation by the government as to any outcome or result relative to a project. The contractor may make use of the reports and data, but must draw their own expert conclusions from their analysis of this data. The Government offers no representation or warranty with respect to this data. ESCOs are expected to conduct their own due diligence and to make use of existing study information as well as any other materials provided. The Government will not release the internal economic evaluation of the any completed studies, but will use this as part of its internal government estimate to evaluate proposed cost of the project. GSA expects the ESCO to propose the optimal mix of renewable and other technologies to most cost effectively serve the needs of the proposed. All ECMs proposed in the preliminary assessment will be reviewed by the Government (and after discussion) either included, or excluded from the proposed scope of work. Response to this Notice of Opportunity: An Energy Service Company (ESCO) may submit materials which include a narrative description on how your organization will help GSA meet their energy potential on the above listed facilities. Your response requires a capability statement summary and specific response to the following areas technical capability, past performance, cost/price and the use of small business concerns for subcontracting work. Proposal Evaluation: Proposals will be evaluated using four factors: 1) Technical Capability 2) Past Performance 3) Cost/Price and (4) Use of Small Business Concerns. Technical Capability, Past Performance and Use of Small Business are of equal importance and when combined, are significantly more important than Cost/Price. Written submissions should not exceed a total of twenty-five pages in length. Technical Capability : ● Qualifications of key personnel to be assigned to the project. · Presentation of a balanced package that obtains the goals and objectives of the GSA while also having reasonable cost, financing terms, energy savings, and contract length of term. · Identifying your company's strengths and what sets your company apart from other ESPC contractors Company vision on the inclusion of renewable energy resources, and when these measures make sense for a project. Your company's energy related contract experience in the states of Washington, Oregon and Alaska; knowledge of rebates/incentives available; approach to include rebates/incentives in ESPC financial package Skills in allocating and directing personnel and resources, management of subcontracts. Compliance with applicable codes, regulations and responsiveness to client inquires. Experience in design and installation of energy conservation measures including renewables. Demonstrated ability to obtain energy rebates/incentives Ability to maintain accurate estimation, meeting cost savings targets. Problems and solutions utilized to mitigate difficulties you have encountered on previous projects and how you managed them. Risks involved with these projects and how you propose to manage them (the appropriate balance of risks between the contractor and GSA) Past Performance: Offerors shall provide a narrative describing three to five previous projects, which illustrates the company's ability in performing similar projects. This narrative shall be no less than one page, but no more than three pages. Each project offered as evidence shall have at least accomplished 50% of the construction phase or have been completed within the past five (5) years from the date of the issuance of the notice. Offerors are cautioned that the Government will use data provided by each offeror and data obtained from other sources in the evaluation of past performance. Areas of past performance include management, quality and quality control, knowledge and professionalism, problem resolution, adherence to schedules, working relationships, design capabilities, environmental awareness, and contract performance. The Government will use information submitted by the offeror and any other sources available, such as Federal Government offices and commercial sources, to assess performance. Use of Small Business Concerns for Subcontracting Work: Please provide historical information regarding your company's use of the following socio-economic small business concerns for subcontracting work in past projects- Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZONE Small Business, and Small Disadvantaged Veteran Owned Small Business. Cost/Price: Please include pricing information related to your last three awarded ESPC or energy savings related contracts. Percent of Profit Percent of Indirect Expenses (Overhead) Percent of Project Expense Percent of Rebates/Incentives Guaranteed Response Instructions: Two hard copies of your submission should be mailed to the following address: General Services Administration Northwest/Arctic Region 10 400 15 th St SW Auburn, WA 98001 Attn: Rick Risso, Senior Contracting Officer Electronic copies of your submission should be e-mailed to the following: Rick Risso richard.risso@gsa.gov Chris Helmer chris.helmer@gsa.gov Matt Lutz matthew.lutz@gsa.gov ESCO Evaluation/Selection: Following the review (and discussions, if necessary) of the above requested material, GSA will select two or more ESCOs to perform a preliminary assessment in accordance with terms and conditions set forth in the IDIQ contract. GSA will issue a notice of intent to award a task order contract to the contractor that best meets the needs of the Government considering technical capability, price factors, past performance, and use of small business concerns for subcontracting work for the Investment Grade Audit (IGA) and Final Proposal (FP) phases for evaluation and award consideration. The closing date for proposal submissions shall be 29 March 12, 2:00PM PST. Unsuccessful offerors will (if requested) receive a debriefing opportunity within ten days of the GSA completion of submittal review and selection of an ESCO. The selected ESCOs shall complete their Preliminary Assessment (PA) within three months of selection or of Notice to Proceed (NTP) with the Preliminary Assessment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PCC/GS-P-10-12-LT-0013/listing.html)
 
Place of Performance
Address: General Services Administration, Northwest/Arctic Region 10, 400 15th St SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN02690383-W 20120309/120307234509-c6d374be18016bcbf98cf66762ce9045 (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.