Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

Y -- Mechanical Construction Services Task Order Agreement (TOA) - Environmental Health & Safety (EH&S) Manual / EH&S Risk Evaluation Worksheet

Notice Date
4/17/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Energy, Alliance for Sustainable Energy, LLC (DOE Contractor), National Renewable Energy Laboratory, 15013 Denver West Parkway, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
RHF-4-108320
 
Point of Contact
Deborah Godshall, Phone: 303-384-7387, Eric Smith, Phone: 303-275-3764
 
E-Mail Address
deborah.godshall@nrel.gov, eric.smith@nrel.gov
(deborah.godshall@nrel.gov, eric.smith@nrel.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
2. Environmental, Safety and Health Subcontract Risk Evaluation Worksheet (Attachment 2) 1. NREL Environmental Health & Safety Manual (Attachment 1) REQUEST FOR QUALIFICATIONS (RFQ) RHF-4-108320 DATE OF ISSUANCE: April 17, 2014 Project: MECHANICAL CONSTRUCTION TASK ORDER AGREEMENT (TOA) Location: NREL South Table Mountain (STM) 15013 Denver West Parkway Golden, CO 80401 To: All interested Small Business firms that specialize in Mechanical Construction (firms must be located within 75 miles drive of NREL STM site in Golden, CO) For: Small Business Set-Aside - Mechanical Construction Services The National Renewable Energy Laboratory (NREL) which is operated under Prime Contract No. DE-AC36-08GO28308 with the United States Department of Energy (DOE), intends to solicit competitive proposals from prequalified sources for mechanical construction projects throughout the NREL campus. Notice of Small Business Set-Aside: A "small business concern," as used in this solicitation, means a concern, including its affiliates that are independently owned and operated, not dominant in the field of operation in which it is bidding on, and is qualified as a small business under the size standards in this solicitation. Background: The National Renewable Energy Laboratory (NREL) routinely subcontracts for minor mechanical construction work to support research activities and to incorporate health and safety improvement for the NREL facilities. The specific work requirements shall be fully described in individual statements of work and awarded to the Subcontractor by individual task order. This Statement of Work for a Mechanical Construction Task Ordering Agreement (TOA) will enable NREL to obtain the resources and materials required to complete specific tasks in a timely and effective manner. This Mechanical Construction Services TOA will support research activities and to incorporate health and safety improvements for the National Renewable Energy Laboratory (NREL) facilities, including equipment relocations, building and system alterations, repairs and other mechanical construction tasks. General Description of the Work: The Subcontractor shall provide complete mechanical construction services to accomplish a variety of tasks at NREL including: • New mechanical construction tasks, • Additions, • Equipment relocations, • Building System alterations, • Repairs. Each individual statement of work for each task order shall be developed by the appropriate NREL Project Manager and presented to the Subcontractor through a formal Request for Proposal (RFP) by NREL's Contracts and Business Services Office, including sketches, drawings, specifications, and/or written work descriptions. All work shall be performed according to the applicable codes and standards in force at the time of work. The Subcontractor's field representative shall ensure all safety and health requirements are met for each of the individual task orders awarded under this Statement of Work. The work to be performed comprises the mechanical construction described in the individual task orders and documents, and shall include all labor, materials, transportation, equipment, and supplies necessary to complete the project, unless otherwise specified in the task order. Individual task order's statements of work defined under this Statement of Work may include, but are not limited to the following: • Sheet metal work, • HVAC work, • Welding, cutting, and brazing, • Plumbing and pipe fitting, • Operation of cranes, lifts, and hoists. Potential subcontract award and available project funding: It is the intent of NREL to award one or more Firm Fixed Price Task Ordering Agreement(s). The anticipated period of performance is (12) months, with four 12-month option periods (60 months, if all options are exercised). The anticipated ceiling amount is $300,000.00 per 12-month period (a total of $1,500,000.00 for each Task Ordering Agreement awarded). Typical individual Task Orders issued during the period of performance range from approximately $10,000.00 to $100,000.00. NREL makes no promises or guarantees of minimum amounts awarded to any selected subcontractors. NREL reserves the right to make any number of awards or not to make awards. Prequalification Process: NREL has determined that mechanical construction firms must be prequalified to submit a proposal for this project. Prequalification will be determined by NREL's panel review of the submitted information, in accordance with the technical criteria provided below. NREL will establish a short list of firms determined to most qualified to perform the project successfully. Selection Criteria: All criteria stated below are considered important with criteria B and C; however, criteria B & C are more important than criteria D. A. Go/No-Go Requirements Bonding: - Letter from the Surety stating firm's bonding capacity per project and the firm's aggregate bonding capacity. Safety: -Provide a Company Safety Plan. Reference NREL EHS Manual. (Attachment 1) -Provide the EH&S Compliance worksheet and fill out the Experience Modification Rating (EMR) section; if you score higher than 1, then answer questions 4, 5 & 6 and note revised ratings. (Attachment 2). B. Technical Expertise: Subcontractor's capability in the area of managing and implementing building mechanical modifications, research facilities upgrade projects, and alternative energy installations (i.e., wind, solar, biofuels, etc.). - Describe your past experience in the modification to laboratory or research facilities in last 5 years. - Describe your experience in upgrades to campus infrastructure mechanical piping utilities, HVAC and plumbing systems in last 5 years. - Does your firm specialize in or do you have specific expertise that NREL should be aware of? (i.e. hospital work, tenant finish work, industrial controls, fire system installations, etc.). - Preference will be given to Mechanical Construction Firms with in-house HVAC, Plumbing and Piping professionals. C. Experience: Key Personnel: The qualifications and availability of the firm's proposed project team in the area construction management. - Duties of Key Personnel must be clearly defined and resumes limited to 2 pages. - Submit resumes of Key Personnel identifying related experience for the last 5 years, listing education, professional licensing. - Describe the availability of Key Personnel during NREL's proposed project duration. Project Management: The subcontractor's capability to control the scope, cost, and schedule of each task. - Describe your proposed process to review scopes of work, develop cost proposals, and execute each task to completion? - What would be your management approach and methodology for the planning, implementation and management of each project? - Location of facilities of key personnel/staff and equipment (must be within 75 miles drive of NREL STM site at Golden). D. Past Performance: - Supply three (3) separate references complete with contact information and a brief project description where your Mechanical Construction Firm has had experience working with Campus projects- (Military Base, Hospital-Medical Center or Industrial Park) ranging from $100K-$500K range of magnitude. - This factor considers the quality of the Offeror's past performance within the last 5 years, in performing contracts for mechanical construction with regards to technical success and customer satisfaction. This factor also considers the quality of the offeror's performance in carrying out the work required, specifically, workforce management, scheduling and meeting project budget constraints by managing cost. RFQ Preparation Information: A. The Qualifications Statement must include a title page, including the RFQ number and title, name of your organization and principal contact (with postal address, telephone and fax numbers, and email address). B. Formatting instructions - A page is defined as one side of an 8 ½" x 11" sheet of paper. - Use a 12-point font. - Maintain at least 1-inch margins on all sides. - Copies must be double sided. C. A "Qualifications Statement" in original and 5 copies directed toward meeting the requirements of the solicitation. The Qualifications Statement shall be organized in the following sections: - Executive Summary o Company Information - Include a short statement that covers when your business was formed, the names/titles of the officers and key personnel of your company, the number of employees, and your business location. o Small Business Size Standards o NAICS codes and description of specialty services - related to this RFQ. o Summary - Key items listed in the Qualifications Statement. - Tab A - Go/No-Go Requirements (Safety Plan not included in 25 page limit) - Tab B - Technical expertise - Tab C - Experience - Project Management & Key Personnel - Tab D - Past Performance The total Qualifications Statement shall not exceed 25 pages, (resumes not included in page count). D. This RFQ does not allow the submittal of facsimile or electronic qualifications statements. E. This RFQ does not commit NREL to pay costs incurred in the preparation and submission of a response to this request for RFQ. NAICS Code and Small Business Size Standard A. This TOA for Mechanical Construction Services is seeking certified Small Businesses with the North American Industry Classification System (NAICS) codes 236220-Commercial and Institutional Building Construction, B. The small business size standard for 236220 is $33.3M in annual receipts. (An annual receipt of a concern means the annual average gross revenue for the last three fiscal years.) Timely Responsiveness: All questions or request for clarifications must be submitted in writing via email to deborah.godshall@nrel.gov, by April 24, 2014, at 2:00pm. The original and 5 copies of Qualification Statements are DUE on or before Thursday, May 1, 2014 at 2:00 pm local time. No hand delivered copies will be accepted. Please submit via US Mail, UPS or FedEx to: Deborah Godshall, Sr. Subcontract Administrator National Renewable Energy Laboratory 15013 Denver West Parkway, MS: RSF030 Golden, CO 80401 Office: 303-384-7387 Thank you for your interest and responsiveness in supporting NREL's RFQ for this Mechanical Construction Services Task Order Agreement. Sincerely, Deborah Godshall Senior Subcontract Administrator Attachments: 1. NREL Environmental Health and Safety Manual (Attachment 1). 2. Environmental, Safety and Health Subcontract Risk Evaluation Worksheet (Attachment 2).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/NREL/NR/RHF-4-108320/listing.html)
 
Place of Performance
Address: National Renewable Energy Laboratory, 15013 Denver West Parkway, MS: RSF030, Golden, Colorado, 80401, United States
Zip Code: 80401
 
Record
SN03341698-W 20140419/140417235154-201d1af8ea0fe885f69354901790d383 (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.