The RFP Database
New business relationships start here

HPFB Water Capture and Reuse Technical Study


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 
ADDITIONAL NAICS Codes:

221310 —Water Supply and Irrigation Systems

237110 —Water and Sewer Line and related Structures Construction

333414 —Heating Equipment (except Warm Air Furnaces) Manufacturing

333415 —Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing

541620 —Environmental Consulting Services

541690 —Other Scientific and Technical Consulting Services

562910 —Remediation Services

712190 — Nature Parks and other Similar Institutions

 
Archiving Policy

Manual

 

Original Set Aside

Small business and 8A firms

 Synopsis

 This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various small business sources include 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone) Small Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantage Business (SDB), and Veteran Owned Small Business. No proposal are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested.

 Description and Scope of Work

 The U.S. General Services Administration anticipates a future procurement for a comprehensive water assessment which will cover several water systems, to include but not limited to HVAC systems, domestic water systems, landscaping/irrigation systems, cisterns, water filters, stormwater drainage, ponds, etc., currently located in the GSA National Capital Region. This project will identify water conservation and water use reduction opportunities at these various locations. The estimated cost for the assessment ranges between $150,000 and $250,000. All water system evaluations shall be performed in accordance with the GSA's authorized and approved standards found in the current Facilities Standards for the Public Buildings Service (P-100) and the Energy Independence Act (EISA) 2007 Section 432 in accordance with the Executive Orders 13423 and 13514 requirements.

 Consulting services shall include evaluating all existing water capture and reuse systems (14 systems) in NCR's inventory to:


 
Assess design, construction, functionality, commissioning and operation and maintenance to determine:  strengths, weaknesses, opportunities for improvement, replicability across other buildings in the portfolio, and cost vs. benefit analysis
Identify specific maintenance or repair needs and costs for systems assessed
Prepare or collect and organize documentation on operating and maintaining systems.
Document lessons learned and best practices
Develop guidelines for installation of future systems
Develop full conceptual feasibility analysis at the four facilities showing the highest promise of gallons of potable water consumption reduction that apply the recommendations
Perform an onsite survey, gather data, and interview facility managers
Research water technologies that help reduce water usage in commercial buildings and or areas
Utilize and analyze water utility data for the facility
Utilize water metering and other measuring devices as deemed necessary


 Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in water conservation assessments and or developing water evaluation reports of a similar nature as described above. The RFI submittal shall be no longer than ten (10) pages and shall include the following information:

 

•1.       Company name, address, point of contact with verifiably correct telephone number and email address.

•2.       Company business size, including any official teaming arrangements as a partnership or joint venture. Company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone HUB zone small business, service disabled veteran owned small business, or veteran owned small business.

•3.       Details of four (4) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the four (4) similar projects.

•a.       State whether the firm acted as the Prime Contractor or Subcontractor.

•b.      Dates of construction for the four (4) projects.

•c.       All projects shall demonstrate methods used to identify water conservation measures in federal, government, or commercial facilities.

•d.      Project references (including owner with telephone number and e-mail address).

•e.       Project cost, term, and complexity of job.

•4.       Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES.

 

NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government.

 

Failure to submit all information requested will result in a contractor not being considered as an interested concern.

 

E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL TO Mr. Gregory Wilson, Contract Specialist, e-mail: Gregory.Wilson@gsa.gov.

 

AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submittals.

 

Contracting Office Address:

General Services Administration

301 7th Street SW Room 2002

Washington, DC 20407

 

 


Gregory Wilson, Contract Specialist, Phone (202) 288-3041, Email Gregory.Wilson@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP