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
    FY25 GSA Streamlined Retail Electric Solicitation
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the FY25 GSA Streamlined Retail Electric Solicitation, aimed at procuring competitive electricity supply services for federal agencies. Contractors will be responsible for supplying electricity at designated delivery points for a contract period of up to 60 months, ensuring compliance with regulatory standards and managing various pricing components associated with energy procurement. This solicitation is crucial for maintaining a reliable electricity supply while promoting renewable energy sources in alignment with sustainability goals. Interested parties must acknowledge receipt of amendments and submit their technical proposals by March 20, 2025, with inquiries accepted until February 26, 2025. For further information, potential bidders can contact Mark West at mark2.west@gsa.gov or Brenna Lanphear at Brenna.Lanphear@gsa.gov.
    RMO23027 Whittaker ATS #1 Replacement ATS #3,5,8 Control Panel Upgrade
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the RMO23027 Whittaker ATS 1 Replacement ATS 3,5,8 Control Panel Upgrade project, specifically targeting small businesses that hold contracts under the GSA Region 6 Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in the Kansas City area. The objective of this procurement is to upgrade control panels for the ATS systems, which are critical for the reliable operation of office buildings managed by the GSA. This opportunity is set aside exclusively for small businesses, emphasizing the importance of supporting local contractors in the Kansas City region. Interested contractors should reach out to Jason Taylor at jason.taylor@gsa.gov or 816-349-9662, or Brett Marek at brett.marek@gsa.gov or 402-813-8956 for further details regarding access to solicitation documents and requirements.
    N0025350150394 47QSSC25Q0092 Software
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for software support services under the solicitation titled 'N0025350150394 47QSSC25Q0092 Software.' The procurement specifically requires vendors to provide quotes for eight units of CIMPLICITY V2024 SERVER STANDARD RUNTIME 300, with submissions to be detailed in the provided Excel worksheet, ensuring accurate financial reporting and confirmation of technical specifications via the GSA eBuy system. This initiative underscores the government's commitment to transparency and competitive pricing in acquiring essential IT and telecom application development software. Interested vendors can reach out to Nicole Williams at nicole.e.williams@gsa.gov or 202-304-6270, or Tracy Harper at tracy.harper@gsa.gov for further inquiries.
    Notice of Intent to Sole Source - OFMS Electrical Power Services
    Buyer not available
    The U.S. Department of Commerce (DOC) intends to negotiate a sole-source contract with Potomac Electric Power Company (PEPCO) for electrical power services at its facility located at 209 Perry Parkway, Suite 5, Gaithersburg, MD. The procurement will involve a 12-month base period with four optional 12-month extensions, utilizing the GSA Areawide Public Utility Contract. This acquisition is justified under the Federal Acquisition Regulation (FAR) as only one source is capable of providing the required specialized services at the necessary quality level. Interested parties have six days from the publication of this notice to submit responses that may challenge the sole-source determination; otherwise, the task order will be awarded to PEPCO. For inquiries, contact Danielle Green at dgreen@doc.gov.
    MD Repair & Alteration IDIQ Solicitation Number Change
    Buyer not available
    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.
    GSA Design Build Indefinite Delivery Indefinite Quantity Contract
    Buyer not available
    The General Services Administration (GSA) is issuing a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOC) that will serve the states of Iowa, Kansas, Missouri, and Nebraska. This procurement is open to all vendors, although certain task orders may be set aside for small businesses, and it aims to address a variety of construction needs, primarily focusing on renovation and alterations of federally managed buildings. The anticipated proposal release date is May 5, 2025, with awards expected by August 11, 2025, and each contract may last up to five years with a maximum value of $100 million. Interested vendors must register on SAM.gov to access solicitation documents, and inquiries can be directed to Steven Steinkamp at Steven.Steinkamp@gsa.gov.
    Sioux Falls Courthouse Window Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which is part of a broader initiative funded by the Inflation Reduction Act (IRA). The project involves the installation of energy-efficient windows while preserving the historical integrity of the courthouse, with a strong emphasis on sustainability through the use of low-embodied carbon materials. This procurement is significant as it reflects the government's commitment to environmentally responsible construction practices and supports small business participation in federal contracts. Proposals are due by March 27, 2025, and interested parties can contact Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov for further information.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement requires 88 contiguous reserved parking spaces with 24/7 access, ensuring compliance with safety and energy efficiency standards, and mandates that proposals be submitted by March 14, 2025, at 4 PM EST. This opportunity is critical for supporting government operations, as it facilitates the parking needs of federal employees and visitors. Interested parties can contact Bettina Yeh at Bettina.Yeh@gsa.gov or 202-834-5910 for further information.
    K--Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified firms for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel "Nat" Washington Power Plant, part of the Columbia Basin Project in Washington. The project involves supplying, installing, and commissioning six new GSU transformers, along with the removal and disposal of existing units and associated equipment, while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining a reliable power infrastructure in the region, with an estimated project cost ranging from $100 to $175 million. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can obtain additional details by contacting Scott Cooper at smcooper@usbr.gov or by phone at 208-378-5104, following the completion of a Non-Disclosure Agreement.
    Dunseith North Dakota LPOE Emergency Generator Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors for the replacement of the emergency generator at the Dunseith North Dakota Land Port of Entry (LPOE). This procurement is specifically aimed at electrical contractors and other wiring installation contractors, as outlined under NAICS code 238210, and is categorized as a Total Small Business Set-Aside under FAR 19.5. The successful contractor will play a crucial role in ensuring the reliability and functionality of the emergency power systems, which are vital for maintaining operations at this federal facility. Interested parties should reach out to Cody Lee at cody.lee@gsa.gov or call 701-566-6124 for further details, while Jesse Johnson is available at jesse.johnson@gsa.gov or 701-557-9649 for additional inquiries.