BGS Municipal Building Energy Assessments Invitation to Bid

Agency: State of Vermont
State: Vermont
Type of Government: State & Local
Category:
  • A - Research and development
  • R - Professional, Administrative and Management Support Services
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 1, 2024
Due: Mar 26, 2024
Publication URL: To access bid details, please log in.
TITLE QUESTIONS DUE ANSWERS POSTED DUE DATE NO POSTING AFTER
BGS Municipal Building Energy Assessments Invitation to Bid
03/13/2024 04:30PM


03/26/2024 04:30PM

Attachment Preview

Department of Buildings and General Services
Office of Purchasing & Contracting
133 State Street, 5th Floor | Montpelier VT 05633-8000
802-828-2211 phone |802-828-2222 fax
http://bgs.vermont.gov/purchasing
Agency of Administration
SEALED BID
REQUEST FOR PROPOSAL
MUNICIPAL BUILDING ENERGY ASSESSMENTS-
STATEWIDE CONTRACT
ISSUE DATE
QUESTIONS DUE
RFP RESPONSES DUE BY
March 1, 2024
March 13, 2024, at 4:30PM
March 26, 2024, at 4:30PM
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED
WITH THIS RFP WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED
INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS
ASSOCIATED WITH THIS RFP.
STATE CONTACT:
TELEPHONE:
E-MAIL:
James Meyers, State Senior Purchasing Agent
(802) 249-7245
BGS.OPCVendorDocs@vermont.gov
Page 1 of 31
1. OVERVIEW:
1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Office of Purchasing &
Contracting on behalf of Buildings and General Services Energy Program (hereinafter the “State”) is
seeking to establish contracts with one or more companies that can provide comprehensive investment-
grade energy audits and ‘energy resilience assessments’, defined in VT 2022 Acts and Resolves No.172
(hereinafter “Act 172”) §2 as follows:
(a) Energy resilience assessments. On or before September 1, 2022, the Department of Buildings and
General Services shall issue a request for proposal for a comprehensive energy resilience assessment of
covered municipal buildings and facilities.
(b) Request for proposal. The Commissioner of Buildings and General Services shall contract with an
independent third party to conduct the assessment described in subsection (a) of this section. The assessment
shall be completed on or before January 15, 2024.
(c) Application. A covered municipality shall submit an application to the Department of Buildings and General
Services to receive an assessment of its buildings and facilities pursuant to the guidelines established in
subsection (e) of this section. As part of the application process, a municipality may use the assistance of a
regional planning commission to develop plans.
(d) Scope. For each covered municipality, the assessment described in subsection (a) of this section shall
include a scope of work, cost, and timeline for completion for each building or facility. The assessment shall
also include:
(1) recommendations for improvements that reduce the operating and maintenance costs, enhance
comfort, and reduce energy intensity in a municipal building or facility, including:
(A) the improvement or replacement, or both, of heating, ventilation and air conditioning systems;
(B) the use of a renewable energy source for heating systems, provided that recommendations for the
use of a heating systems that uses fossil fuels is not eligible; and
(C) improvements to the buildings or facilities thermal envelope;
(2) an evaluation on the reasonableness of battery storage and EV charging stations and
recommended locations, as applicable;
(3) an evaluation of the potential for on-site renewable energy generation options and recommendation on
the one most feasible, as applicable;
(4) an estimate of costs for each recommendation;
(5) an estimate of system and equipment life cycle costs and consumption data; and
(6) the potential to phase the scope of work and suggest a prioritized order of completion separate
from the energy assessment scope.
(e) Administration. The Department of Buildings and General Services shall establish guidelines for a covered
municipality to receive an assessment and shall require at a minimum that:
(1) the covered municipality has access to high-speed Internet as defined in the State’s
Telecommunication Plan set forth in 30 V.S.A. § 202c or a plan is in place by 2024 to ensure access to
high- speed Internet; and
(2) any building that is assessed is compliant with the American Disabilities Act at the time the project is
completed.
The objective of these assessments is to identify performance and capital improvements in the form of energy
conservation measures (ECMs) and energy resilience measures (ERMs) to cost effectively reduce facility
energy consumption, lower operating costs, increase the share of renewable energy, and implement
contingencies to increase the resilience of energy systems against extreme weather emergencies and power
disruptions—while maintaining safe conditions and optimal indoor environmental quality for buildings
belonging to the State of Vermont’s covered municipalities (hereinafter “covered municipality” and “covered
municipal buildings”), which are defined by Act172 §2(f) Definition. As used in this section, “covered
Revised: January 2024
Page 2 of 32
municipality” means a city, town, fire district or incorporated village, and all other governmental incorporated
units except for school districts.
The Department of Buildings and General Services (BGS) Municipal Energy Resilience Program (MERP)
requires the contractor to provide services consistent with the statement of work defined in Attachment A.1,
pursuant to Act172 §2(d) 1-6; and/or indicate if they are able to perform the statement of work defined in
Attachment A.2, comprising an ASHRAE Level II investment grade audit, as well as a blower door test—in
addition to those items which are outlined in Act 172 §2(d) 1-6 and restated above. Bidders may submit
responses to one, or both statements of work. The statement(s) of work to which the bidder is responding
must be indicated in the cover letter of the bidder’s proposal.
1.1.1. Vendors with an existing energy audit contract for Vermont State Buildings should submit a response to
this RFP to be approved for the additional assessment services. The State, through requirements in Act
172 §2(f), which establishes a Municipal Energy Resilience Grant Program, has made changes to the
State Energy Management Program’s (SEMP) assessment services for buildings belonging to the State’s
political subdivisions.
Representatives for Covered municipal buildings seeking a MERP assessment may indicate if they require only
the minimum services defined in Attachment A.1 (hereinafter “Level 1 assessment”) or if they are seeking
services consistent with Attachment A.2 (hereinafter “Level 2 assessment”). municipal building assignments will
be given to contractors first by considering the type of assessment requested on the municipal building and the
type(s) of assessment the contractor is able to perform, based on their bid and ultimately their contract award.
BGS may require an ASHRAE Level III energy audit equivalency in some situations; any subsequent work at
the facility will be contracted separately.
Bidders deemed qualified by the State in the defined service categories shall execute the State’s Retainer
Contract for Municipal Building Energy Assessment Services attached to this RFP. The retainer contract
establishes (1) the process for the State to engage the vendors for services, (2) the terms and conditions
applicable to the vendor’s provision of services when engaged by the State, and (3) the roles and maximum
allowable rates applicable to each category of service. As structured, the retainer contract enables the State to
efficiently obtain competitive pricing proposals to meet a business need from multiple vendors that have been
pre-qualified in the applicable categories of service.
1.1.2. The State reserves the right limit the number of pre-qualified vendors for each assessment.
1.1.3. Proposals must conform to the detailed and general RFP requirements set forth herein.
1.2. CONTRACT PERIOD: Contracts arising from this RFP will be for a period of twenty-four months with an
option to renew for up to one additional twenty-four-month period. The State anticipates the start date for
such contract(s) will be April1, 2024.
1.3. SINGLE POINT OF CONTACT: All communications concerning this RFP are to be addressed in writing to
the State Contact listed on the front page of this RFP. Actual or attempted contact with any other individual
from the State concerning this RFP is strictly prohibited and may result in disqualification.
1.4. BIDDERS’ CONFERENCE: N o B i d d e r s c o n f e r e n c e t o b e h e l d .
1.5. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this RFP or wishing
to comment on any requirement of the RFP must submit specific questions in writing no later than the
deadline for question indicated on the first page of this RFP. Questions may be e-mailed to the point of
contact on the front page of this RFP. Questions or comments not raised in writing on or before the last day
of the question period are thereafter waived. At the close of the question period a copy of all questions or
comments and the State's responses will be posted on the State’s web site
http://www.bgs.state.vt.us/pca/bids/bids.php . Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the questions.
1.6. CHANGES TO THIS RFP: Any modifications to this RFP will be made in writing by the State through the
issuance of an Addendum to this RFP and posted online at http://www.bgs.state.vt.us/pca/bids/bids.php .
Modifications from any other source are not to be considered.
1.7. SOURCE OF FUNDS:
Socioeconomic affirmative steps under 2 C.F.R. § 200.321 If using applicable federal funds Socioeconomic
Revised: January 2024
Page 3 of 32
affirmative steps under 2 C.F.R. § 200.321 affirmative steps must include at least the following six steps:
1. Placing qualified small and minority businesses and women’s business enterprises on solicitation
lists;
2. Assuring that small and minority businesses and women’s business enterprises are solicited
whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit
maximum participation by small and minority businesses, and women’s business enterprises;
4. Establishing delivery schedules, where the requirement permits, which encourage participation by
small and minority businesses, and women’s business enterprises;
5. Using the services and assistance, as appropriate, of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce;
and
6. Requiring the prime/general contractor, if subcontracts are to be let, to take the same affirmative
steps as listed in numbers 1 through 5.
If a bidder requires assistance in preparing their proposal or needs guidance on socioeconomic certifications,
the bidder may contact the Procurement Technical Assistance Center (PTAC). PTAC specializes in helping
small businesses navigate the documentation associated with State and Federal procurement. Their website
is: https://accd.vermont.gov/economic-development/programs/ptac
2. DETAILED REQUIREMENTS/DESIRED OUTCOMES:
2.1. Bidding Contractor Requirements
2.1.1. Proposing Contractor shall have been in the business of performing energy audits on commercial and
residential buildings for at least three (3) years. Completion of blower door envelope testing as part of
energy audits may be used. This shall be verifiable with information as provided by Contractor per
Section 4 below.
2.1.2. Proposing Contractors shall have successfully completed 15 ASHRAE Level II or equivalent building
assessments including blower door building envelope testing. These types of assessments may have
been performed on commercial buildings or residential buildings in Vermont or a similar climate in which
some or all the proposed ECMs were implemented.
2.1.3. All Other requirements as set forth in this RFP.
2.2. BGS in partnership with Efficiency Vermont is seeking to achieve energy savings in Covered municipal
buildings through the creation of the Municipal Energy Resilience Program. Assessments will support MERP’s
efforts to lead by example through the implementation of ECMs and ERMs related to energy efficiency and
renewable energy technology, which lower operating costs and mitigate greenhouse gas emissions in
Vermont’s municipalities. Each assessment will be developed into an actionable scope of work to be
implemented by a municipality which uses their MERP assessment report to apply for—and be awarded—
MERP energy project implementation funding, comprising grants of up to $500,000 per municipality
(hereinafter “implementation grant”), as well as other external funding.
3. GENERAL REQUIREMENTS:
3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that Bidder
wishes the State to consider must be submitted for consideration, including pricing for work under
Attachment A.1 and/or Attachment A.2. If applicable, all equipment pricing is to include F.O.B. delivery to the
ordering facility. No request for extra delivery cost will be honored. All equipment shall be delivered
assembled, serviced, and ready for immediate use, unless otherwise requested by the State.
3.1.1. Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by
Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of materials
and/or services required.
Revised: January 2024
Page 4 of 32
3.1.2. Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive
bidding process with another state and/or cooperative are welcome to submit the pricing in response to
this solicitation.
3.1.3. Retainage. In the discretion of the State, a contract resulting from this RFP may provide that the State
withhold a percentage of the total amount payable for some or all deliverables, such retainage to be
payable upon satisfactory completion and State acceptance in accordance with the terms and
conditions of the contract.
3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the Bidder(s)
as may be determined to be in the best interest of the State and consistent with the goals and performance
requirements outlined in this RFP. The State of Vermont reserves the right to obtain clarification or additional
information necessary to properly evaluate a proposal. Failure of bidder to respond to a request for additional
information or clarification could result in rejection of that bidder's proposal. To secure a project that is deemed
to be in the best interest of the State, the State reserves the right to accept or reject any and all bids, in whole
or in part, with or without cause, and to waive technicalities in submissions. The State also reserves the right
to make purchases outside of the awarded contracts where it is deemed in the best interest of the State.
3.2.1. Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final selection
of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a BAFO. The
state reserves the right to request BAFOs from only those Bidders that meet the minimum qualification
requirements and/or have not been eliminated from consideration during the evaluation process.
3.2.2. Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it will
help the State’s evaluation process. The State will factor information presented during presentations into
the evaluation. Bidders will be responsible for all costs associated with providing the presentation.
3.3. WORKER CLASSIFICATION COMPLIANCE REQUIREMENTS: In accordance with Section 32 of The
Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), Bidders must comply with the following
provisions and requirements.
3.3.1. Self Reporting: For bid amounts exceeding $250,000.00, Bidder shall complete the appropriate section
in the attached Certificate of Compliance for purposes of self-reporting information relating to past
violations, convictions, suspensions, and any other information related to past performance relative to
coding and classification of workers. The State is requiring information on any violations that occurred in
the previous 12 months.
3.3.2. Subcontractor Reporting: For bid amounts exceeding $250,000.00, Bidders are hereby notified that upon
award of contract, and prior to contract execution, the State shall be provided with a list of all proposed
subcontractors and subcontractors’ subcontractors, together with the identity of those subcontractors’
workers compensation insurance providers, and additional required or requested information, as
applicable, in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act
No. 54). This requirement does not apply to subcontractors providing supplies only and no labor to the
overall contract or project. This list MUST be updated and provided to the State as additional
subcontractors are hired. A sample form is available online at http://bgs.vermont.gov/purchasing-
contracting/forms. The subcontractor reporting form is not required to be submitted with the bid
response.
3.4. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS:
For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change Considerations
in State Procurements Certification, which is included in the Certificate of Compliance for this RFP.
After consideration of all relevant factors, a bidder that demonstrates business practices that promote clean
energy and address climate change as identified in the Certification, shall be given favorable consideration in
the competitive bidding process. Such favorable consideration shall be consistent with and not supersede any
preference given to resident bidders of the State and/or products raised or manufactured in the State, as
explained in the Method of Award section. But, such favorable consideration shall not be employed if
prohibited by law or other relevant authority or agreement.
3.5. METHOD OF AWARD: Awards will be made in the best interest of the State. The State may award one or
more contracts and reserves the right to make additional awards to other compliant bidders at any time if such
award is deemed to be in the best interest of the State. All other considerations being equal, preference will
Revised: January 2024
Page 5 of 32
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

MeroBridgeBid_VershireVT Vershire, Town of Close Date: 5/31/2024 5:00:00 PM

State Government of Vermont

Bid Due: 5/31/2024

3/7/2024 Request for Proposals: Supply and Install of Thermoplastics on Airport Taxiways PATRICK

State Government of Vermont

Bid Due: 5/24/2024

Follow Construction Manager as Constructor (CMc) Services for the Land Port Of Entry

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/09/2024

Traffic Control Services 2024 Agency of Transportation - Contract Administration Close Date:A 5/2/2024

State Government of Vermont

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.