Similar Projects
Pre-Solicitation Synopsis - Construction Manager as Constructor (CMC) Food and Drug Administration New Laboratory
New Construction
Design
$60,000,000 to $90,000,000 est. value
Denver, CO 80215

Enveda Biosciences
Renovation - 55,000 SF
Design
$20,000,000 CJ est. value
Boulder, CO 80301

RFQ - Patching and Painting Services for the National Renewable Energy Laboratory
Term Contract
Bidding
$75,000 CJ est. value
Golden, CO 80401

Fume Hoods, Laminar Flow Hoods, Biological Safety Cabinets, and Bench Hoods - Testing, Inspections, Certifications, and Repairs for the National Renewable Energy Laboratory
Term Contract
Bidding
$15,000 CJ est. value
Golden, CO 80401

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Nursing Simulation Lab
New Construction
Results
Glenwood Springs, CO 81601

Avon WWTF Lab Improvements
New Construction
Results
Vail, CO

Innosphere Phase 2
New Construction - 7,300 SF
Construction
$1,000,000 est. value
Fort Collins, CO 80524

Saint Mary's - Sister of Charity of Leavenworth
Renovation, Addition - 42,163 SF
Construction
$34,500,000 est. value
Grand Junction, CO 81501

Beckman Coulter Life Sciences Bioscience Manufacturing Facility Development Phase 2
New Construction, Infrastructure - 56,000 SF
Pending Verification
$9,000,000 CJ est. value
Loveland, CO 80537

Inotiv Plastics Lab - Project Diamond
Demolition, Renovation - 20,522 SF
Pending Verification
$6,000,000 CJ est. value
Fort Collins, CO 80524

Colorado Research Exchange (CoRE)
New Construction - 465,960 SF
Design
$60,000,000 est. value
Broomfield, CO 80021

RFQ - Janitorial and Custodial Services
Term Contract
Bidding
$1,400,000 CJ est. value
Golden, CO 80401

IDIQ MATOC for Healthcare and Medical Research Laboratory Facility Design Build Construction, In Support of The Defense Health Agency (DHA) Sustainment, Restoration and Modernization Program
New Construction
Post-Bid

Last Updated 09/24/2022 07:31 AM
Project Title

RFQ - Inspections on Fire Rated Walls and Fire Rated Assemblies for the National Renewable Energy Laboratory

Physical Address View project details and contacts
City, State (County) Golden, CO 80401   (Jefferson County)
Category(s) Laboratory
Sub-Category(s) Laboratory
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Sources Sought Notice No. SS-2023-2007 for Inspections on Fire Rated Walls and Fire Rated Assemblies for the National Renewable Energy Laboratory Background: The National Renewable Energy Laboratory (NREL) is a national laboratory of the U.S. Department of Energy (DOE), Office of Energy Efficiency and Renewable Energy (EERE), operated and managed by the Alliance for Sustainable Energy, LLC. NREL advances the science and engineering of energy efficiency, sustainable transportation, and renewable power technologies and provides the knowledge to integrate and optimize energy systems. Located in the foothills of Golden, Colorado, NREL is the only federal laboratory dedicated to the research, development, commercialization, and deployment of renewable energy and energy efficiency technologies. The Alliance for Sustainable Energy, LLC (the Alliance), as the Prime Contractor for the DOE to manage and operate NREL, is seeking a subcontractor to provide inspections on fire rated wall assemblies (including barriers, suite walls and horizontal assemblies) at the South Table Mountain (STM) Campus, ReFuel Facility, Golden Warehouse, and Denver West - Building 16. Objective: The objective of this Sources Sought is to identify potential contracting companies that are qualified and capable of meeting the project objectives. The project objective, at a high level, is to to perform inspections on fire rated wall assemblies (including barriers, suite walls and horizontal assemblies) according to all Joint Commission, NFPA 101, NFPA 221, International Building Code, State Codes, and Local Codes. Project Details: The subcontractor shall provide all the labor, materials, equipment, staff, and transportation to complete the requirements of three main categories: Annual Inspection, Annual Inspection Report, and Quoting for Recommended Repairs. 1. Annual Inspection - Full Firestop Survey a. The Subcontractor shall coordinate a pre-inspection meeting with the NREL Technical Monitor and NREL Technicians hosting the annual inspection on a yearly basis. b. The Subcontractor shall complete an annual inspection of all fire rated walls and assemblies according to the following: i. Joint Commission ii. NFPA 101 iii. NFPA 221 iv. International Building Code v. State Codes vi. Local Codes c. The Subcontractor shall place an Identification (ID) sticker or barcode on each fire wall or assembly inspected. 2. Post-Inspection Requirements a. The Subcontractor shall provide a detailed report for all inspected fire rated doors and assemblies within 10 business days of the completed annual inspection. i. The Report shall include, at a minimum, the following: 1. Pass/Fail Ratings for each Fire Wall or Fire Assembly a. Include reason(s) for pass or fail ratings 2. List of all deficiencies identified for each Fire Wall or Fire Assembly a. Include recommended repairs or corrective actions. b. Include urgency/recommended timeline for repairs to address deficiencies. c. Include "before" photos during the inspection for reference upon future repairs. 3. Identified all penetrations that need firestopping pursuant to NFPA 101 Life Safety Code. ii. The Report shall be provided in both hard copy and electronic format. b. The Subcontractor shall indicate on Facility Life Safety Plan Blueprints the location and address of each fire rated wall and assembly inspected. i. To be provided in both hard copy and electronic format. c. The Subcontractor shall provide a complete inventory database of all the fire rated walls and assemblies. i. To be provided in both hard copy and electronic format. ii. To include current status of all fire rated walls and assemblies, including outstanding or completed corrective actions. 3. Quoting for Recommended Repairs a. The Subcontractor shall provide quotes with one of three NREL-approved fire stop manufacturers for consideration at the completion of each inspection: i. 3M ii. Hilti iii. Specified Technologic Inc. (STI) b. Quotes shall include all labor, materials, equipment, and any other direct costs associated with the respective repair. i. Quotes are to be provided to the NREL Technical Monitor for review and consideration within 10 business days of the completed inspection. ii. Quotes shall be valid for at least 90 days. iii. Repairs may be completed under the Subcontract Schedule or be completed separately on an individual basis pending the scope and total dollar value of the proposed repair. Solicitation Details: The Alliance is seeking to determine the appropriateness of a total set aside to small businesses. The volume of qualified responses received from this Sources Sought will inform NREL's decision regarding the Request for Proposal (RFP) set aside status. Step 1 Selection (SSN): Parties that meet the minimum criteria outlined herein are encouraged to submit their capabilities statements. Submitted capabilities statements that meet the Alliance's stated criteria will be included in the source list to receive the planned RFP. Step 2 Selection (RFP): In the second and final step, offerors will be asked to demonstrate their technical approach to the project as well as a firm price to perform the work. This step may include oral presentations from as a part of the final selection. At the conclusion of the two steps, the Alliance intends to enter into a single subcontract with the selected offeror for the duration of time identified in the selected offeror's proposal at the conclusion of negotiations with NREL. Small-Business Requirements: This subcontract is planned as a 100% small business set-aside. The NAICS code applicable to this Sources Sought is 561210. Period of Performance: This project will have a base period of performance totaling twelve (12) months or 365 days, plus four one-year option periods totaling twelve (12) months of 365 days. The total Period of Performance, if all options are exercised, shall not exceed sixty (60) months. Submission Requirements: 1. The Subcontractor shall provide a narrative of the Offeror's company expertise with projects of similar scope, size, and complexity. NREL is seeking information from the Offeror that demonstrates the Offeror's capability to self-perform and manage lower-tier subcontractors with regards to safety, security, schedule, cost and administrative requirements. In the response to this Sources Sought Notice, Offerors shall highlight the depth and breadth of resources that can be brought to the project to ensure completion on schedule. Offerors shall identify the processes for communication with the project manager, schedule management, quality assurance, subcontractor management, and staff coordination. In addition to the above, the Subcontractor is encouraged to provide project experience working with state or federal agencies. 2. The following links are being provided for convenience: https://www.sba.gov/document/support--table-size-standards https://www.sba.gov/size-standards 3. Capability: NREL is seeking a subcontractor has demonstrated success with similar projects, has experience with federally funded projects, is knowledgeable with challenging schedules on project delivery, and is well versed and skilled in effectively integrating with all project team stakeholders. Please complete the following table and include in your Capabilities Statement. 1 Annual Inspection Capabilities Experience: Yes/No Years' Experience (if applicable) 1.1 Inspections on fire rated walls and assemblies with respect to: Joint Commission 1.2 Inspections on fire rated walls and assemblies with respect to: NFPA 101 1.3 Inspections on fire rated walls and assemblies with respect to: NFPA 221 1.4 Inspections on fire rated walls and assemblies with respect to: International Building Code 1.5 Inspections on fire rated walls and assemblies with respect to: State Codes 1.6 Inspections on fire rated walls and assemblies with respect to: Local Codes 1.7 Utilization of ID Stickers and/or barcodes during inspections of fire rated walls and assemblies. 2 Inspection Report Capabilities Experience: Yes/No Years' Experience (if applicable) 2.1 Inspection Reports including: Pass/Fail Ratings 2.2 Inspection Reports including: Deficiencies with recommended repairs or corrective actions 2.3 Inspection Reports including: NFPA 101 Life Safety Code 2.4 Updating Facility Life Safety Plan Blueprints 2.5 Creating and maintaining an electronic database of all fire rated walls and assemblies for future inspection reference, including completion of recommended corrective actions. 3 As-Needed Repair Quoting Capabilities Experience: Yes/No Years' Experience (if applicable) 3.1 Utilization of three manufacturers for repairs: 3M, Hilti and/or Specified Technologic Inc. (STI). 3.2 Provide quotes for recommended repairs within 10 business days of inspection. 4. Location: Offerors shall have a bona-fide office located within 100 miles or shall be able to demonstrate their capability to perform in these locations: National Renewable Energy Laboratory (NREL) South Table Mountain Campus (STM) 15013 Denver West Parkway Golden, CO 80401 No contract award will be made to any contractor that is not registered or in the process of registering with the System for Award Management (SAM). Please visit the SAM website at https://sam.gov/content/entity-registration for instructions on how to register. For firms interested in competing for the "Inspections on Fire Rated Walls and Fire Rated Assemblies for the National Renewable Energy Laboratory" RFP, please submit the following to Caitlyn Alter at Caitlyn.Alter@NREL.gov on or before 5:00 p.m. (MST), 10/13/2022: 1. Capability Statement 2. Organization Name and Address (include bona-fide location as stated above) 3. Point of Contact Information (Email, Direct Phone Number) 4. Respondents must address the criteria as stated above to be considered for RFP. 5. The page limit for responses shall be limited to 2-5 pages. Disclaimer: Responding to this request identifies your organization as an interested candidate only. Your submittal is not in response to a Request for Proposals (RFP). This is a Sources Sought Notice, not a Request for Proposal. Verbal replies will not be accepted. All inquiries must be in writing via email. Project related questions will not be entertained at this point in the procurement process. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings, Doors and Frames, Windows, Vents.
Division 09 - Finishes, Tiling, Flooring, Resilient Flooring, Painting.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings, Specialty Casework, Laboratory Casework, Countertops, Laboratory Countertops, Institutional Furniture, Laboratory Furniture.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Plumbing Equipment, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, HVAC Fans, Central HVAC Equipment.
Division 26 - Electrical, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents