SOURCES SOUGHT
Y -- Install Solar Walls Heating Systems (Various Buildings), Letterkenny Army Depot, PA
- Notice Date
- 12/19/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-13-S-0013
- Response Due
- 12/31/2013
- Archive Date
- 2/17/2013
- Point of Contact
- Kevin Cook, 410-962-2935
- E-Mail Address
-
USACE District, Baltimore
(kevin.j.cook@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Small Business Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest and capability statements from SMALL BUSINESS GENERAL CONSTRUCTION CONTRACTORS interested in performing construction work on a project that utilizes solar panel technology to retrofit existing buildings. This project will be Design Build, using NAICS Code: 236220 - Construction of Buildings, Commercial and Institutional Building Construction. The magnitude of construction for this project is between $1,000,000.00 and $5,000,000.00. Small Business contractors must perform a minimum of 20% of the work. Project Description: The project, located at the Letterkenny Army Depot, PA, is to design and construct to retrofit six existing buildings with transpired solar collectors on the exterior walls. Transpired Solar Collectors will be required to have a minimum efficiency of 35 percent when tested in accordance with CSA standard F378.2-11 with the following test criteria: Solar insolation value of 900 W/m2, High Wind Speed (approximately 3.4 m/s), and minimum Airflow rate of 2.1 cfm /ft2. Additionally, the project consists of installing fans and ductwork that effectively integrate into the existing heating systems in these buildings. Sources interested in this announcement shall provide past experience to demonstrate having knowledge and experience to design (as applicable) and retrofit existing buildings with transpired solar collectors to reduce reliance on fossil fuels and save on energy costs. The project includes renovations to existing buildings in order to efficiently distribute the heated air behind the collectors. This energy-renewable project is required to reduce excessive energy waste and help achieve the Army's 2009 Strategic Energy Security Goals. Therefore, the project will require a measurement and verification (M&V) plan and system to include installation of meters, sensors, software, hardware, etc. necessary to verify and quantify energy savings due to solar heating, recovery of heat loss from walls, and energy savings due to de-stratification. The system will also have to provide continuous monitoring and provide the amount of energy savings calculated hourly, daily, monthly and yearly with readouts in MMbtu saved. Full design drawings will not be required; manufacturer shop drawings will be acceptable as long as they are sealed by a structural engineer for installation and contain enough information to construct the project. In addition, an energy savings calculation using the latest version of RETScreen or approved equal program will be required. Interested sources are encouraged to demonstrate accreditation by the appropriate professional organizations, such as ASHRAE. Furthermore, sources interested in the announcement should demonstrate an understanding of renovating existing spaces while the facility continues to be occupied and used by the facility owners. Other project features include HVAC and electrical system modifications, testing and balancing, commissioning, Energy Management Control System (EMCS) connections, building information systems integration, structural connections, and architectural work required to transition between existing and new work. All contractor employees working at LEAD must possess a social security card and be subjected to background investigations consisting of local police record checks and other means to ensure that the highest security posture for a DoD site is maintained. Employees must be either a U.S. citizen, green card holder, or in possession of a worker's permit. These requirements, with no exceptions, must be met to be granted access to work at LEAD. Furthermore, it would be beneficial for the offeror to have engineering and construction personnel familiar with USACE standards and practices for military design-build projects. Interested sources shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). 3. Contractors must be registered in SAM at time of contract award, Please see https://www.sam.gov/portal/public/SAM and www.bpn.gov for additional registration information. 4. Indicate the primary nature of your business. 5. Provide three (3) examples of projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Interested sources shall include experience in the following areas within the narrative: 6. Sources interested in this announcement shall have knowledge and experience to design (as applicable) and construct transpired solar collector air heating systems. 7. Interested sources shall have demonstrated experience in designing, scheduling, and phasing similar type projects. 8. Demonstrated experience and an understanding of renovating existing spaces while the facility continues to be occupied and used by the facility owners. In addition please provide: 9. A letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action between $1,000,000.00 and $5,000,000.00 million, and total aggregate bonding capacity. Total submittal shall be no longer than twelve (12) pages in one.pdf file or word document. Email responses are required. Responses are to be sent via email to Kevin.J.Cook@usace.army.mil no later than 11:00 a.m. on 04 January 2013. THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0013/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02952773-W 20121221/121219235356-078290cb8c0150fd9088c634bfb4722a (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 |