Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

Z -- Replacement of Transformers, JW Powell Bldg, Reston, VA

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Portfolio Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P02MKC0043
 
Response Due
7/25/2002
 
Point of Contact
Bonnie Echoles, Contract Specialist, Phone (202) 708-6190, Fax (202) 708-4964, - Bonnie Echoles, Contract Specialist, Phone (202) 708-6190, Fax (202) 708-4964,
 
E-Mail Address
bonnie.echoles@gsa.gov, bonnie.echoles@gsa.gov
 
Description
The General Services Administration has a requirement to provide for the phased removal and disposal of twenty two (22) PCB contaminated 15 KV transformers and the installation of eleven (11) new 15 KV transformers, including associated primary disconnects, at the J.W. Powell Building, Reston, VA. Removal of existing transformers and installation of new transformers requires selective demolition of building components, including but not limited to louver assemblies, etc. Temporary shoring and/or load spreading structural steel will be required. Sealing of PCB contaminated floor slabs and concrete will be required. The Government will occupy the site and the existing building during the entire period of construction. The Estimated Cost Range: $1 million to $2 million. The Performance Period is 365 calendar days from Notice to Proceed. North American Industry Classification System (NAICS) Code is 235310; Size Standard is $12.0 million. The Contractor shall perform on the site, and with its own organization, work equivalent to at least twelve percent (12%) of the total amount of work to be performed under the contract. The Government intends to procure this requirement through the two-step sealed bidding process. Step One consists of the Request for Qualifications (RFQ). No pricing or pricing information shall be included in Step One. Only one technical proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. Upon completion of the pre-qualification process under Step One, all qualified contractors will receive the Invitation for Bids (IFB), including contract drawings and specifications. Step Two involves the submission of a Firm Fixed, sealed, lump sum bid. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for award. Each bid in the second step must be based on the bidder's own technical proposals. The low bidder for the purpose of award is the responsible bidder offering the lowest price for the base bid (consisting of the lump sum bid and any associated unit price bids extended by the applicable number of units shown on the bid form). Step One - Technical Qualifications submittal shall include the following evaluation factors: (A) Past Performance. Submit three (3) prime project examples completed during the past five (5) years comparable in nature, type and complexity. [Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers]. Give project title, location and reference who may be contacted regarding the quality of your performance. Indicate name, title, company name, current company address, and phone number of each reference. This factor is evaluated as Go/No Go. Past performance on comparable contracts is -GO- when (a) the majority of references indicate that they would definitely contract with the offeror again; and (b) the contractor must have completed its work in accordance with contract requirements. (B) Technical Experience. Demonstrate specialized technical experience for each of the following categories: (1) PCB Removal and Disposal. (2) Electrical installation, including High Voltage, Transformers, and Circuit Breakers. (3) Refurbishment work in critical operational facilities. (4) Removal and Disposal of Lead Based Paint. For each category, submit one project example completed during the past ten (10) years. [Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers]. Give project title, location and reference who may be contacted for validation of technical experience. Indicate name, title, company name, current company address, and phone number of each reference. This factor is evaluated as Go/No Go. Technical Experience is -GO- when (a) the project submitted in each category is validated and (b) the contractor must have completed its work in accordance with contract requirements. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small Disadvantaged, and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. Technical qualification proposals shall be submitted by July 25, 2002, by 3:00 PM, EST, to the following address: GSA, NCR, ROB, Bid Activity (WPY) - Room 1065, Seventh and D Streets, SW, Washington, DC 20407. This solicitation is not set-aside for small business concerns. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. Women-Owned Businesses are encouraged to submit a technical proposal and so state that they are Women-Owned. All responsible sources may submit a technical proposal package, which will be considered by the agency.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/WPC/GS11P02MKC0043/listing.html)
 
Place of Performance
Address: J.W. POWELL BUILDING, SUNRISE VALLEY DRIVE, RESTON, VIRGINIA
Zip Code: 20191
Country: USA
 
Record
SN00114886-F 20020713/020711215808 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.