Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2024 SAM #8094
SPECIAL NOTICE

99 -- Net Zero Buildings (MILCON)

Notice Date
1/23/2024 10:01:35 AM
 
Notice Type
Special Notice
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
NetZero_DIU(MILCON)_AF
 
Response Due
1/29/2024 8:59:00 PM
 
Archive Date
02/13/2024
 
Point of Contact
Carrie R. Williams
 
E-Mail Address
carrie.williams.7@us.af.mil
(carrie.williams.7@us.af.mil)
 
Description
Interested parties need to submit responses through the DIU website at�https://www.diu.mil/work-with-us/open-solicitations�under the Net Zero Building (MILCON) opportunity.�� This is an opportunity that will be utilize Other Transaction Authoirty.� Vendors are reminded that in order to utilize an Other Transaction agreement, the requirements of 10 USC 4022 must be satisfied. Specifically reference 10 USC 4022(d), which��requires significant contribution from a nontraditional defense contractor, all participants to be small business concerns, or at least one third of the total cost of the prototype project is to be paid out of funds provided by was sources other than the Federal Government. This special notice is specifically for the Air Force Requirement for a Net Zero Child�Development Centers (CDCs) at Hanscom Air Force Base, Massachusetts.� Buildings and their supporting systems (e.g.,lighting, HVAC, etc.) have a significant impact on�energy use and the environment.�Commercial and residential buildings use approximately 76% of all electricity and are responsible for 40% of greenhouse gas (GHG) emissions in the United States. Much like the private sector, the DoD�s building stock is one of the single greatest�drivers of energy and water demand. With more than 283,000 buildings located on 500 installations worldwide, Department of Defense (DoD) buildings account for nearly one quarter of total energy use in the federal government.�� The immense energy demand from DoD buildings creates an increased dependence on�commercial grids. This energy dependence creates mission risks due to potential disruptions�from extreme weather, grid issues, cybersecurity attacks and other unforeseen risks while simultaneously creating undue strain on the local energy serving critical infrastructure. This strain is magnified due to the age of DoD�s existing building stock; the majority of which was built between 1940 and 1990.� Problem Statement� DoD seeks to prototype novel design, construction techniques, and materials in order to�improve the energy and water efficiency for its new building construction.�� DIU is seeking new turnkey approaches for net zero design and construction of new buildings. A�net zero building is one in which the total annual greenhouse gas emissions resulting from�scope 1 and scope 2 sources, related to all aspects of building energy use, are reduced to zero.�Building systems that reduce ongoing maintenance actions by DoD personnel are preferred.�Solutions should be capable of being designed, reviewed, and approved within a 9 to 12-month�timeframe.� Desired Solution Features� Solutions should be adaptable for diverse geographical locations, both domestic and�international, and for one or more types of buildings, including: administrative, housing and�community, barracks, supply, research, development and testing, maintenance and production,�hospital and medical, and any other type of facility located at a DoD installation. Desired solution features of the design and construction include the following attributes and�capabilities:� Net Zero Buildings� Energy efficiency designed to meet Energy Use Intensity (EUI) targets in ASHRAE 90.1- 2022. Design building to achieve at least 30% energy consumption reduction from�ASHRAE 90.1-2022 baseline� Full electrification of standard building operations including: domestic heating,�production of hot water, laundry, cooking, and other equipment Passive design features such as: siting, orientation, passive solar design, passive day�lighting, natural ventilation, and superinsulation of the building envelope Plans to utilize sustainable materials with a �low� Global Warming Potential (GWP)�construction materials as defined in Carbon Leadership Forum�s 2021 Material Baselines�report�https://carbonleadershipforum.org/2021-material-baseline-report/ Plans to include advanced energy and water metering Interconnection, integration, compatibility, and the ability to communicate with the�local installation�s energy and water utility/energy management, monitoring and control�systems� Incorporate sustainable principles to include Life Cycle cost -effective solutions for�energy, maintenance and operational elements� Descriptions of past examples of successfully designing and constructing facilities with�third-party Sustainability Certifications such as LEED, Green Globes, or other sustainable�rating system, highlighting credits associated with Environmental Product Declarations� Be cost effective in all phases (design, construction, integration, performance and�servicing) Design Construction Process Improvements � Demonstrate use of technology/AI to�provide a scalable, faster, and reliable aid to design efforts� Front end loaded design collaborative process Vendors (Design/Build firms, Design/Build joint ventures) may submit proposals as part of a�team.�� Building standards are established using the Whole Building Design Guide and Unified Facility�Code. Vendors are welcome to propose methods to integrate and achieve the performance�objectives while helping to ensure life/safety requirements.� Expectations� The successful vendor, vendors or team will work collaboratively with DoD personnel to meet�the following expectations:� Design, construct, and commission net zero buildings� Develop detailed project requirements to meet objectives� Submit detailed proposal(s) for completing the design and construction Develop and negotiate design and construction agreements� Prepare relevant documents including design analyses, drawings, digital models,�calculations, and specifications� Achievement of Leadership in Energy and Environmental Design (LEED) Platinum, Green�Globes 4, or other equivalent sustainable highest levels of third-party certifications, and�preferably achieve all credits associated with Environmental Product Declaration� Perform quality control and collaborate with DoD quality management personnel Functions of quality control will be the responsibility of the vendor. Functions of quality�assurance will reside with the DoD Vendor(s) must have the ability to conduct the projects at DoD installations across the�United States and Territories Desired solutions should demonstrate relevant and verified experience, as well as descriptions�of past examples of designing and constructing buildings using appropriate integrated�standards.�� Vendors may submit proposals as part of a team. Vendors or teams must have completed four�projects within the past 10 years with each project value exceeding $30,000,000. Past projects�must include achievement of energy efficiency designed to exceed Energy Use Intensity (EUI)�targets in ASHRAE 90.1, plus at least 30% energy consumption reduction from baseline, where�life-cycle is cost-effective. Past building projects must include achievement of sustainable third party certification that achieved preferably all the credits associated with the Environmental�Product Declaration.� The selected vendors/teams will initially demonstrate these approaches by designing,�constructing, and commissioning a new building of approximately 40,000 square feet for Child�Development Centers (CDCs) at Joint Expeditionary Base, Little Creek, Virginia AND/OR�Hanscom Air Force Base, Massachusetts.� Process� Submissions will be evaluated in accordance CSO HQ0845-20-S-C001 available on�https://SAM.gov�and�https://DIU.mil.� Vendors selected for Phase 2 will receive an amplification letter with expanded details to help�inform their Phase 2 pitches. Those vendors will be expected to provide their Rough Order of�Magnitude (ROM) breakdown.� The vendors� Phase 2 pitch shall address the Phase 2 evaluation factors contained in CSO�HQ0845-20-S-C001.� DoD requires companies without a CAGE code to register in SAM�https://SAM.gov�if selected�for agreement award. The Government recommends that prospective companies begin this�process as early as possible. Eligibility Requirements This solicitation is open to U.S. and international vendors.� Vendors are reminded that in order to utilize an Other Transaction agreement, the requirements of 10 USC 4022 must be satisfied. Specifically reference 10 USC 4022(d), which��requires significant contribution from a nontraditional defense contractor, all participants to be��small business concerns, or at least one third of the total cost of the prototype project is to be��paid out of funds provided by was sources other than the Federal Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c1fc3b3d0ad44399f0b1cda8ff27ae8/view)
 
Place of Performance
Address: Hanscom AFB, MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN06942258-F 20240125/240123230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.