Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
AWARD

R -- Indefinite Delivery/Indefinite Quantity Retro-Commissioning Services, Oahu, Hawaii

Notice Date
7/2/2015
 
Notice Type
Award Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247815R2440
 
Response Due
4/23/2015
 
Archive Date
7/17/2015
 
Point of Contact
J. Shimoda
 
Small Business Set-Aside
Competitive 8(a)
 
Award Number
N62478-15-D-2440
 
Award Date
6/30/2015
 
Awardee
Abraxas Energy Consulting LLC<br />
 
Award Amount
$1,106,801.04
 
Line Number
0001
 
Description
The Classification Code for this contract is revised from R to Z. Indefinite Delivery/Indefinite Quantity Retro-Commissioning Services for Various Buildings, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The work includes, but is not limited to providing all labor, management, supervision, tools, material, parts and equipment required to perform retro-commissioning services for various buildings, Oahu, Hawaii to optimize the operation of existing building equipment and systems and also to optimize how the building equipment and systems function together. The retro-commissioning process may result in recommendations to investigate further capital improvements but RCx O and M tune-up activities and diagnostic testing (including air and water testing and balancing) are primarily used to optimize the building mechanical systems. The retro-commissioning process most often focuses on the dynamic energy-using systems with the goal of reducing energy waste, obtaining energy cost savings and identifying and fixing existing problems. The Contractor shall provide a Commissioning Agent or equivalent (specialist) to lead the Commissioning effort. Individual(s) performing the work shall be under the direct oversight of the certified commissioning specialist. The commissioning specialist shall be certified by a nationally recognized building commissioning organization such as the Association of Energy Engineers (AEE), American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE), AABC Commissioning Group (ACG), Building Commissioning Association (BCA), National Environmental Balancing Bureau (NEBB), University of Wisconsin “ Madison (UWM) or similar organization acceptable to the Government. Prior to performing any work, Contractor shall provide documentation showing when certification was initially granted and when the current certification expires. The certification shall be maintained for the entire duration of the contract. If for any reason, the commissioning specialist loses subject certification, Contractor shall notify the Contracting Officer and submit another commissioning specialist for approval. Any individual that has been the subject of disciplinary action by a building commissioning organization within five years preceding contract award is not eligible to perform any duties related to retro-commissioning. All work performed by the commissioning specialist under this contract shall be considered invalid if the commissioning specialist loses certification prior to contract completion and must be performed by the approved successor. The following minimum qualifications and experience shall apply for ACG certification: At least 10 years of experience with the types of building, HVAC and control system included in this project. Knowledge of operations and maintenance requirements. A thorough knowledge of testing, adjusting, and balancing (TAB) procedures and methods. Knowledge and experience with applicable life safety codes, regulations and procedures. Successful experience working with multi-disciplinary teams. Excellent oral and written communication skills. For certification from other approved commissioning organizations, that organization ™s qualifications and experience shall apply. The Contractor shall provide evidence of all applicable qualifications and experience (as required by their certifying organization) with their proposal All retro-commissioning work performed (to include but not limited to documentation and reporting) shall follow guidelines recommended by an approved commissioning organization. The Contractor shall indicate in their proposal and submit that organization ™s guidelines which will be followed for the retro-commissioning process. The Contractor shall perform retro-commissioning services as detailed in the following. Retro-commissioning applies a systematic investigation process for improving and optimizing a building ™s operation and maintenance (O and M). Retro-commissioning occurs anytime after construction, as an independent process. It may or may not emphasize bringing the building back to its original intended design. The core retro-commissioning process consists of four primary phases (and will be applied to each building identified for retro-commissioning): 1) Planning Phase which will include but not be limited to Initial Site Survey and Interview, Documentation Review (including existing in-house and contractor maintenance practices), Develop Utility Bill Benchmarking (utility data furnished by NAVFAC HI Energy Team), Identify any equipment deficiencies that may prevent the completion of the Investigation Phase, for instance if any equipment is inoperable preventing the completion of the testing and balancing of the HVAC system. Generate a listing of necessary repairs to continue RCx process and the cost should the Government elect to have the repairs done by the Contractor, Develop and Submit RCx Planning Report, Generate Project Issues Log and List of Potential Energy Conservation Opportunities (ECOs) “ Planning Phase; Participate and Facilitate a RCx Scoping Meeting; 2) Investigation Phase which includes but is not limited to Implementing Diagnostic Monitoring (Data Logging) Plan; Conducting Point to Point and Functional Testing, Executing Test and Balance Assessment Survey (electrical and water use, etc.); Comparing Current System Performance to Desired System Performance Criteria, Updating Project Issues Log and List of Potential ECOs, Retrieving and Analyzing Data Logging Data, Performing Energy Analysis of Potential ECOs, Developing Investigation Report; 3) Implementation Phase Support includes but is not limited to Implementation of repairs and improvements, Retesting and re-monitoring for results; Revising estimated energy savings calculations, Developing system performance report; 4) Project hand-off and integration phase includes but is not limited to preparation and submittal of retro commissioning final report and develop re-commissioning plan/schedule. The NAICS Code for this procurement is 541350 and the annual size standard is $7,500,000.00. The contract term will be a base period of one year plus four option years. Only the base period of the contract will offer a minimum guarantee. The Government will not synopsize the options when exercised. IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. This contract will replace a contract for similar services awarded in 2012. We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The proposed contract listed here is 100 percent 8(a) small business set-aside. The Government will only accept offers from certified 8(a) small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a non-price and price proposal for evaluation by the Government. Proposal receipt date is approximate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247815R2440/listing.html)
 
Record
SN03784446-W 20150704/150702234722-8ddb27de242ab3cec96c296cb8f55b10 (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.