Building 485 Power Management Upgrade
ID: 47PM1025R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 SPECIAL PROGRAMS DIVISION WHITE HOUSE BRANCHWASHINGTON, DC, 20405, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The General Services Administration (GSA) is seeking to award a sole-source contract to Siemens Industry Inc. for the Building 485 Power Management Upgrade project located at 2701 Murray Lane SW, Washington, DC. This upgrade involves the installation of hardware, software, and engineering services necessary for the WinPM v10.0 system, addressing power supply issues from Joint Base Anacostia Bolling. The decision to engage Siemens exclusively is based on their proprietary technology and prior experience with the existing system, which is critical for ensuring a successful upgrade. The contract will be a Firm Fixed Price agreement with a performance period of 365 days, and interested parties can direct inquiries to Contract Specialist Adrian Jackson at adrian.jackson@gsa.gov. The solicitation will be available on SAM.gov from October 9 to October 16, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. General Services Administration's Solicitation 47PM1025R0001 outlines the contractual terms for a firm fixed-price service agreement. Key topics include inspection and acceptance of services, assignment rights, procedures for handling disputes, and invoicing requirements. The government retains the authority to inspect supplies for compliance and address any nonconforming items without additional charges to the contract. Key clauses also cover payment methods, including electronic funds transfer, warranty stipulations, and compliance with federal laws. Furthermore, the document emphasizes the government's right to terminate the contract for convenience or cause, detailing payment obligations upon termination. It also highlights the importance of adherence to various federal acquisition regulations and executive orders, with specific clauses that must be included in subcontracting agreements. The overarching purpose of this solicitation is to establish clear guidelines for contractors to ensure compliance, accountability, and efficient project execution within government contracting frameworks.
    The U.S. General Services Administration's Solicitation #47PM1025R0001 outlines requirements for contractors regarding telecommunications equipment and services, promoting compliance with federal regulations, specifically the John S. McCain National Defense Authorization Act and the Federal Acquisition Supply Chain Security Act. The solicitation requires offerors to disclose whether they use or provide covered telecommunications equipment or services, ensuring that contracts do not involve prohibited items. Offerors must represent their compliance status regarding these items and provide necessary disclosures if applicable. The document also emphasizes the need for reasonable inquiry, guidance on reviewing excluded parties in the System for Award Management (SAM), and details on service of protests related to procurement actions. This solicitation serves to uphold national security and integrity within federal contracting by preventing the use of compromised telecommunications systems and ensuring transparency in government transactions. Overall, the document underscores the importance of adhering to federal standards in the procurement process.
    The General Services Administration (GSA) seeks to justify an award for a Switchgear Power Management Upgrade at its Mail Facility due to the proprietary nature of the existing Siemens system. The upgrade is necessary to address power supply issues from Joint Base Anacostia Bolling and will be conducted solely by Siemens, identified as the only responsible source capable of meeting the agency's requirements. The GSA's procurement actions are based on FAR 6.302-1, which allows for exceptions to full and open competition. The contractor's proprietary software and prior experience with the system substantiate the decision for a sole-source contract. Although market research was conducted, it confirmed that Siemens remains the only viable option to ensure a successful upgrade. The contracting officer and technical personnel have certified the accuracy of the justification, asserting that this process will facilitate timely service delivery. This document serves as a formal justification for not pursuing a competitive bidding process in line with the Competition in Contracting Act of 1984.
    The General Services Administration (GSA) plans to award a sole-source contract to Siemens Industry Inc. for the "Building 485 Power Management Upgrade" project, as permitted under 41 USC 3304(a)(1) and Federal Acquisition Regulation (FAR) Subpart 6.302-1. The contract's performance period is 365 days, with the project's execution based at 2701 Murray Lane SW, Washington, DC. This decision highlights the GSA's intention to streamline procurement processes by engaging a single source for this particular technical upgrade to enhance power management systems within the designated facility. The sole-source approach reflects the agency's confidence in Siemens Industry Inc.'s capability to fulfill the specific requirements of this project efficiently.
    The document outlines Wage Determination No. 2015-4281, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It mandates minimum wage rates that federal contractors must pay workers based on the contract date. For contracts initiated after January 30, 2022, workers must earn at least $17.20 per hour, while older contracts not renewed past the date require at least $12.90. The determination specifies various occupations, their respective wage rates, and requirements for fringe benefits, including health and welfare contributions, vacation, and holidays. Additional provisions detail the requirements for unlisted classifications through a conformance process and compliance with executive orders related to paid sick leave and other employee benefits. The determination applies to specific geographical areas including Washington D.C., Maryland, and Virginia. This document is relevant for federal contracting processes, ensuring compliance with labor standards and worker protections, which are essential in state and local RFP contexts.
    The U.S. General Services Administration (GSA) is initiating a procurement process for the Power Management Upgrade of Building 485, located at 2701 Murray Lane SW, Washington, DC. This contract will be sole-sourced to Siemens Industry Inc. under the authority of FAR Part 6.302-1, as only one capable source can meet the specific needs of the agency. The contract will be Firm Fixed Price, lasting 365 days from the award date. The relevant NAICS code for this procurement is 335999, which pertains to all other miscellaneous electrical equipment and component manufacturing. The solicitation will be available electronically on SAM.gov from October 9 to October 16, 2024, and potential offerors must monitor the site for updates. Inquiries regarding the solicitation should be directed to Contract Specialist Adrian Jackson via email. This document outlines essential procurement guidelines and provides contact information for any necessary communication.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    National Capital Region Smart Buildings MAS BPA Sources Sought
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for a Smart Buildings Technology Blanket Purchase Agreement (BPA) aimed at upgrading and replacing outdated building systems in the National Capital Region (NCR). The procurement focuses on enhancing building automation infrastructure through advanced metering management, building monitoring and control, commissioning, and programming/system optimization, ensuring compliance with federal regulations and IT security standards. This initiative is critical for modernizing federal building operations and improving efficiency, with an estimated ceiling of $40 million and a performance period consisting of a base year plus four option years. Interested parties must submit their qualifications by November 4, 2024, and can contact Theodore Bonwit or Ericka M. Wilson for further information.
    Zorinsky USACE Replace Penthouse UPS - N3457812
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting contractors for the replacement of the penthouse uninterruptible power supply (UPS) at the Zorinsky Federal Building in Omaha, Nebraska. This opportunity is exclusively available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Construction Services in Nebraska. The project is critical for ensuring reliable power supply and operational continuity for federal facilities, emphasizing the importance of maintaining infrastructure integrity. Interested contractors should contact Brett Marek at brett.marek@gsa.gov or call 402-813-8956 for further details, as access to solicitation documents is restricted to eligible contract holders.
    Southern Maryland Courthouse Design/Build Mechanical Improvements Project, Greenbelt, MD (Sources Sought)
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for the Southern Maryland Courthouse Design/Build Mechanical Improvements Project located in Greenbelt, MD. This Sources Sought Notice aims to gather information on the capabilities of potential contractors to undertake significant construction services, including high-performance chiller replacement, LED lighting retrofitting, air source heat pump conversion, cooling tower replacement, and supplemental boiler installation. The project is a high priority for GSA Region 3 and is funded under the Inflation Reduction Act, with an estimated contract value between $20 million and $30 million. Interested small business contractors must submit their responses by October 31, 2024, at 4:00 PM Eastern Time, to the designated contacts, Stephen Kohri and Erin Watson, via email.
    MD Repair & Alteration IDIQ Solicitation Number Change
    Active
    General Services Administration
    Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.
    GPO Fire Suppression System Upgrades
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking to procure equipment for upgrading the fire suppression system at its Main Campus in Washington, D.C. The procurement aims to replace outdated components, including gate valves, check valves, flow indicators, and various types of sprinkler heads, with Original Equipment Manufacturer (OEM) parts to enhance fire protection across the campus. This upgrade is critical for ensuring compliance with federal safety standards and improving the overall effectiveness of the fire suppression system in a facility that spans four buildings totaling 1.6 million square feet. Interested vendors must submit their proposals by October 25, 2024, and are encouraged to direct inquiries to Gary Stevens at gstevens@gpo.gov or Troy White at twhite@gpo.gov, with a delivery requirement of all materials within 45 days post-award.
    Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified small business general contractors for a Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) contract, primarily covering Pennsylvania, New Jersey, and Delaware. This contract aims to support a variety of construction activities, including renovations, repairs, and new construction, with a maximum ordering limit of $75 million over a base year and four optional years. The procurement process will evaluate contractors based on price and technical merit, adhering to Federal Acquisition Regulation (FAR) guidelines, and interested parties must submit their responses by November 11, 2024, to Jennifer Silkensen at jennifer.silkensen@gsa.gov or Erin Watson at erin.watson@gsa.gov.
    Replace Independent Cooling Equipment in Room 411-I, Federal Building, Aberdeen, SD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to replace the independent cooling equipment in Room 411-I at the Federal Building in Aberdeen, South Dakota. The project involves removing an existing ceiling-mounted cooling unit and installing a new 1.5-ton direct expansion split system, with an expected completion timeframe of 15 calendar days following the notice to proceed. This procurement is crucial for maintaining the building's climate control systems and is set aside exclusively for small businesses, with an estimated project cost ranging between $25,000 and $100,000. Interested contractors must be registered and active in the System for Award Management (SAM) and are encouraged to submit offers by November 20, 2024, following the solicitation release on October 22, 2024. For further inquiries, contact Kristen Feickert at kristen.feickert@gsa.gov.
    Albert V. Bryan Courthouse, Emerging & Sustainable Technologies (E&ST) Project Sources Sought
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for the Albert V. Bryan Courthouse Emerging & Sustainable Technologies (E&ST) Project in Alexandria, Virginia. This Sources Sought Notice aims to gather information on capable general contractors and subcontractors for a project focused on repairing and modernizing the courthouse's systems to comply with the Inflation Reduction Act, targeting significant reductions in greenhouse gas emissions through upgrades to lighting, HVAC, and Building Automation Systems. The courthouse, built in 1995, serves as a critical facility for the Eastern District of Virginia and houses various federal agencies, necessitating efficient and sustainable operational improvements. Interested parties must respond by October 28, 2024, with an estimated construction cost ranging from $15 million to $20 million, and can contact Ching Hung at ching.hung@gsa.gov or Connor Eagan at connor.eagan@gsa.gov for further details.