Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

Z -- Fan Coil Replacement

Notice Date
8/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PCI), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P02GBC0066
 
Response Due
9/25/2002
 
Point of Contact
Johnnie Gaskew, Contracting Officer, Phone 312-886-6916, Fax 312-353-9186,
 
E-Mail Address
johnnie.gaskew@gsa.gov
 
Description
HVAC installation services are required for the A. J. Celebrezze Federal Building located at 1240 East Ninth Street in Cleveland, Ohio. The scope of services under this proposed contract involves fan coil replacement for floors 2 through 30 of the building. Since the building will remain fully occupied by various Federal tenants, it will be the responsibility of the contractor to phase and coordinate all work around these tenants and their normal operations. The estimated cost of this project falls within the range of $10.0 million to $20.0 million, with an anticipated project duration of approximately thirteen (13) months. Funds are currently available for this acquisition. A firm, fixed-price contract is contemplated. Contractor selection will be in accordance with the Federal Acquisition Regulations (FAR) Part 15 for Source Selection procedures and the Lowest-Priced, Technically Acceptable (LPTA) Proposal process. Offerors will submit price proposals and technical proposals in separate envelopes. The technical proposals will be reviewed first for compliance with the Go/No-Go factors based on experience with similar projects, acceptable references and company/key personnel qualifications. Only the price proposals from offerors that meet these technical requirements will be opened and evaluated. The intention is to make award to the LPTA, responsible offeror. However, the Government reserves the right to conduct negotiations if it is determined to be in its best interest to do so. This procurement for Building Alterations falls under NAICS code 235110. It is open to both large and small businesses. The small business size standard for this work category is $11.5 million. Although this procurement is open to large businesses, small, small woman-owned, small minority-owned, small HUBZone, and small Veteran-Owned (including service disabled Veteran-Owned firms) are strongly encouraged to participate. Large businesses will be required to provide the maximum practical opportunities to small, small woman-owned, HUBZone small, small business concerns owned and controlled by socially and economically disadvantaged individuals and Veteran-Owned small business concerns through participation as subcontractors in the performance of this contract. As part of the technical package, each firm submitting an offer as a large business will be required to submit an acceptable subcontracting plan in compliance with the minimum acceptable subcontracting target goals set by the Small Business Administration (SBA). Small businesses are not subject to this requirement. Large firms shall demonstrate a proactive effort to achieve the highest possible subcontracting goals for the above mentioned concerns. Firms seeking price evaluation preferences as HUBZone small businesses and/or Small, Disadvantaged business concern must be certified by the Small Business Administration. Please visit http://www.sba.gov for details. Potential offerors having the capability to perform the services described herein are invited to respond by submitting the following information: a one-page letter on company letterhead stating interest in this project; a copy of a valid business license or other documentation granted by the State or local jurisdiction to conduct business (containing at a minimum the following information- name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company); a valid DUNS number for the business whose license is presented; a valid IRS Tax ID number for the business whose license is presented; and a valid picture state driver?s license of the person to whom the solicitation documentation is to be entrusted. Firms providing this information will be supplied a copy of the Request for Proposal (RFP) package (solicitation and drawings), likely in Compact Disk format. The tentative date for release of the RFP is August 26, 2002. The RFP will provide additional information regarding the submission format. Letters of interest and support documentation should be mailed to Ms. Johnnie Gaskew, General Services Administration, Property Development Division, 5PC, 230 S. Dearborn Street, Room 3512, Mail Stop 35-6, Chicago, Illinois 60604 or faxed to 312.353.9186. Please specify solicitation GS05P02GBC0066. Any further announcements regarding this procurement will be posted in FedBizOpps at www.eps.gov under this solicitation number.
 
Place of Performance
Address: Cleveland, OH
Country: USA
 
Record
SN00136600-W 20020810/020808213943 (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.