Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
MODIFICATION

C -- NWS Enhanced Commissioning Authority. Indefinite Delivery/Indefinite Quantity (IDIQ), USACE Seattle District

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD921044409
 
Response Due
5/18/2012
 
Archive Date
7/17/2012
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ANY QUESTIONS REGARDING THIS SOURCES SOUGHT, PLEASE CONTACT DUSTIN SMITH, CONTRACT SPECIALIST, 206.764.6741, EMAIL: dustin.j.smith@usace.army.mil. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Friday, May 18, 2012. The responses should be forwarded to the attention of Dustin Smith, Contract Specialist, by email: dustin.j.smith@usace.army.mil, or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS Attn: Dustin Smith, 4735 East Marginal Way South, Seattle, WA 98134-2329. SUBMISSION REQUIREMENTS: A/E firms responding to this announcement shall 1) identify which IDIQ contract applies to their submittal (west of Cascades in support of Joint Base Lewis-McChord or east of Cascades) and 2) shall submit two (2) hard copies and one (1) electronic completed copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, to the Contracting Office address and email address provided below. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR Commissioning Authority (CxA) services as prescribed by LEED 2009 Fundamental and Enhanced Commissioning Credits; EA Prerequisite 1 and EA 3. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPS. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. Interest in this announcement is to determine the availability and capability of both Large and Small businesses located in Washington, Oregon, Idaho and Montana. The purpose of this notice is to gain knowledge of potentially qualified Large Businesses, Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 541330, Engineering Services. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $14 million. Large business firms 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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Firms formally organized as design-build entities, design firms and construction contractors that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures' or as key team subcontractors. Any legally organized Offeror may submit information, provided that the Offeror or Offeror's subcontractor has or will have professional architects and engineers, registered in the appropriate technical disciplines. PROJECT INFORMATION: The Seattle District intends to negotiate three (5) year Indefinite Delivery Indefinite Quantity (IDIQ) type contracts with Firm Fixed Price (FFP) task orders with a dollar capacity of $3 million each. Two IDIQ contracts will be awarded in support of projects located west of the Cascades with work primarily conducted at Joint Base Lewis-McChord, WA. One IDIQ contract will be awarded in support of projects located east of the Cascades and within Seattle District boundaries. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. SELECTION CRITERIA: The Offeror and consultants shall be considered minimally qualified if they meet all of the below criteria. This experience shall be demonstrated with projects that are at least 75% construction progress completed or projects that are substantially complete, with post occupancy building operations review conducted, no longer than five (5) years ago preceding the date of this Sources Sought solicitation. 1)Have a working office location within Washington, Oregon, Idaho, and Montana. 2)Be capable of supporting multiple projects (up to five), under design and construction, within Washington, Oregon, Idaho, and Montana or at Joint Base Lewis-McChord, WA, simultaneously. 3)Hold current certification as a Certified Commissioning Professional (CCP) with the Building Commissioning Association (BCA), ASHRAE Commissioning Process Management Professional (CPMP), or NEBB, TABB, or AABC Building Systems Commissioning Certified Professional (CCP). 4)Experience in total building commissioning of diverse projects (typically in the range of 10,000 to 100,000 SF, single or multiple building projects). 5)Experience in total building commissioning of diverse projects that include administration/office buildings, three- or four-story apartment buildings, industrial buildings, equipment maintenance facilities, warehouses, and air craft hangars. 6)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 LEED 2009 and ASHRAE Guideline 0. 7)Experience developing/conducting/documenting Functional Performance Tests (FPTs). 8)Experience in the development of commissioned Systems Manuals. 9)Experience in the development and completion of a summary Commissioning Report. 10)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. 11)Experience in design, operation, and configuration of digital control systems for HVAC equipment and electrical power equipment controls. 12)Experience in monitoring and analyzing systems operation using energy management and control system trending and stand-alone data logging equipment. 13)Experience in training staff and occupants in understanding and optimally operating the commissioned systems. 14)Experience in successfully preparing and submitting LEED Fundamental and Enhanced Commissioning credit documentation for GBCI certification. SUBMISSION REQUIREMENTS: A/E firms responding to this announcement shall 1) identify which IDIQ contract applies to their submittal (west of Cascades in support of Joint Base Lewis-McChord or east of Cascades) and 2) shall submit two (2) hard copies and one (1) electronic completed copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, to the Contracting Office address and email address provided below. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Friday, May 18, 2012. The responses should be forwarded to the attention of Dustin Smith, Contract Specialist, by email: dustin.j.smith@usace.army.mil, or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS Attn: Dustin Smith, 4735 East Marginal Way South, Seattle, WA 98134-2329.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD921044409/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02739386-W 20120506/120504234901-70f84971d8eb7ff3aa3d2f06c8e97d75 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.