Chet Holifield FB Energy Study

Solicitation Number: GS-09P-08-KSM-0088
Agency: General Services Administration
Office: Public Buildings Service (PBS)
Location: Real Property Programs Division, Contracts Section (9PMFC)
  • Print

Note:

There have been modifications to this notice. To view the most recent modification/amendment, click here
:
GS-09P-08-KSM-0088
:
Solicitation
:
Added: Sep 08, 2008 9:37 pm
The General Services Administration, Pacific Rim Region (GSA), is requesting proposals for an energy audit for the Chet Holifield Federal Building, Laguna Niguel, CA. The purchase order clauses, evaluation criteria and RFQ (SF 18) will be posted to FBO. This solicitation is for unrestricted competition under the Small Business Competitiveness Demonstration Program, NAICS 541330. Any responsible source may submit a proposal that will be considered. The procurement is a simplified acquisition under FAR Part 13; Part 15 procedures will not be followed. Selection will be based on best value offered considering cost (hourly rates and maximum travel costs) and skills and experience of the proposed auditors (to include the range of disciplines to cover the technologies mentioned below) and support professionals. Registration at www.ccr.gov is required. The order will be issued on a time and materials basis.



Scope: Scope details will be developed following a kickoff meeting and building tour at the site. GSA and Contractor will agree on the most productive systems on which to focus the audit. GSA is generally interested in lighting retrofits (to include advanced lighting technologies such as perimeter and universal dimming), co-generation, HVAC improvements, operations and sequence of operations improvements, on-site renewable energy production, demand response, and envelope improvements that are economically viable. GSA will provide site access, Contractor must produce a report detailing energy conservation measures recommended, using DOE BLCC version 5.3-07. Following kickoff meeting, Contractor must notify building manager one week prior to site visits, and must obtain Federal Protective Service clearance and obtain building badge for all personnel working on site. Contractor should begin process of submitting background forms and fingerprint cards immediately after purchase order award. Work must be complete and report submitted not later than June 30, 2009. A 100% draft report must be submitted electronically (PDF). Upon receipt of GSA comments, report must be finalized and submitted electronically (PDF) and 3 bound hard copies with all supporting data and calculations within two weeks.



Proposals must be submitted no later than 12:00 Noon PDST on Monday September 22, 2008, by email to Mark.Levi@gsa.gov (email submission is required). Proposals must include:

(1) signed and completed RFQ (SF 18);

(2) letter proposal containing resumes and other descriptive information related to skills and background of personnel who will be performing work, to include references (including accurate names and phone numbers) of clients for whom the specific personnel have performed audit and energy analysis work.



A purchase order will be issued to the successful offeror. The purchase order will be time and materials, not to exceed $50,000, with the maximum travel cost a not-to-exceed subtotal. Contractor must report exact hours worked by individual and rate, and reimbursable expenses with substantiating documentation, with each invoice. Progress invoices may be submitted for each calendar month after the end of each month, Final invoice must be accompanied by an executed releasee of claims.



Price proposals must be valid through September 30, 2008.

Added: Sep 15, 2008 8:07 pm
For each person proposed to perform work, indicate that person's hourly rate with the proposal.
Added: Sep 16, 2008 8:30 pm
1. Rough building gross square footage is 1,070,000 gsf.



2. There was a contradiction in the required completion date between the RFQ and notice. Correct completion date is 6/30/2009.



3. Notice implied separate evaluation criteria would be posted. This is not correct; evaluation will be per the existing notice.
Added: Sep 18, 2008 6:17 pm
Clarification of evaluation criteria: we will consider the experience and past performance of the firm and personnel proposed to do work, based on the information provided, the evaluator's own experience with the firm and/or personnel (if any), and any other sources we have. Experience includes having the skillsets to fully consider the range of technologies; past performance includes satisfaction of GSA and other clients with performance of relevant work.



We will evaluate price by subtracting the proposed travel ceiling from the stipulated T&M ceiling, then dividing the balance by the weighted average hourly rate. This will give us the anticipated number of productive hours available. This will be used as the price evaluation. This will be considered against the assessment of experience and past performance to make a best value decision.



Contractors who are submitting offers for more than one of the below referenced solicitations may at their discretion submit only a single copy of the letter proposal documents (e.g., resumes, narrative) if intending to use the same staff but must submit an SF 18 (quote) in response to each solicitation. Solicitations: GS-09P-08-KSM-0090, -0087, -0092, -0088, -0089.



A question was asked if the energy studies will include both capital improvement ECMs and operational or retro-commissioning type ECMs. We are interested in both. Operational and retro-commissioning experience will be a positive consideration in evaluating.

Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Sensitive/Secure Package:
no
Type:
Solicitation
Posted Date:
September 12, 2008
Description: RFQ
Clauses.pdf (846.09 Kb)
Description: clauses
:
450 Golden Gate Avenue, 4 East
San Francisco, California 94102
:
Chet Holifield FB
24000 Avila Rd.
Laguna Niguel, California 92677
United States
:
Mark B Levi
Phone: 415.522.3374