Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2002 FBO #0339
SOLICITATION NOTICE

Z -- Systems Upgrade Project at the Fritz G. Lanham Fed. Bldg.

Notice Date
11/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Central Area, Ft. Worth District (7PCF), 819 Taylor St., Room 14B06, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
GS-07P-03-UBC-1002
 
Archive Date
1/24/2003
 
Point of Contact
Trudy Greer, Contract Specialist, Phone (817) 978-2611, Fax (817) 978-7508,
 
E-Mail Address
trudy.greer@gsa.gov
 
Description
The contractor shall provide all labor, materials, equipment and supervision required for systems upgrade at the Fritz G. Lanham Federal Building, 819 Taylor Street, Fort Worth, Texas. Work includes, but is not limited to, replacement of 21 (twenty-one) air handlers, correct return air restrictions, construct outside air chase, install snack bar exhaust system, replace control valves on perimeter fan coil units, reheat for first floor lobby, revisions for COE receiving, blower coil for snack bar, variable speed flow for central CHW/HW systems, and replace existing fire alarm system. The estimated construction cost is $6,000,000 to $8,500,000. All work will be performed in accordance with GSA authorized and approved standards. There are 4 (four) options, which may or may not be exercised. Option 1 includes the HVAC work in the first floor snack bar and COE areas. Option 2 is the installation of the outside air chase. Option 3 installs 2-way electric modulating valves on perimeter fan coil units in lieu of 2-way pneumatic valves. Option 4 is to remove existing chilled water bypass valves and piping. This project is being procured using informal Source Selection Procedures and will result in a firm fixed price award to the offeror that provides the ?best value? to the Government, with technical ability being more important than price. The source selection evaluation factors are listed in the order of importance, as follows: Experience and past performance of the firm; Experience and past performance of key personnel; and management approach. GENERAL CONTRACTOR?S QUALIFICATIONS: The offeror must demonstrate his/her and his/her major subcontractors? (mechanical and fire alarm) experience within the past eight (8) years of performing phased construction work in completely occupied facilities, including the replacement of Air Handling Units through remote narrow corridors, for at least two (2) similar projects. The contractor must provide the project title, the type of work performed on the project, the award amount of the project, the size of the project, the performance period of the project, and the name, title and current phone and fax numbers of the point of contact for each project. The contractor must demonstrate that he is able to obtain bonding and has the financial capabilities to perform. KEY PERSONNEL QUALIFICATIONS: The key members of the construction team assigned directly to the project should possess qualifications and experience which demonstrate a thorough knowledge and competence level commensurate with the positions for which they are being proposed. These personnel must have performed essentially the same duties as being proposed under this project on a minimum of two (2) projects during the past eight (8) years. MANAGEMENT APPROACH: The offeror shall submit a plan consisting of a narrative explanation of his/her description of the proposed on-site approach to project management, to include a description of how the offeror will deal with coordination, safety, submittals, quality control, value engineering, difficult activities, cost control, etc. CONTRACT AWARD: Proposals will be competitively chosen using negotiated procedures; however, the Government reserves the right to make award based on initial offers without discussions. If a proposal does not meet the requirements of the aforementioned submission requirements, it will not be further evaluated based on price. The release date for the Request for Proposal (RFP) is anticipated on or about December 5, 2002. Award is contingent upon the availability of appropriated funds, from which payment for contract purposes can be made. The performance period will be approximately 707 calendar days from Notice to Proceed to project completion. The resulting contract type shall be firm fixed price (FFP). SB/SDB: Small business criteria for each category is based on the contractor?s average annual receipts for the preceding three (3) years. The North American Industry Classification System (NAICS) Code for this project is 235110. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is open to all business concerns. Therefore, responses from both small and large business concerns will be considered and evaluated for selection. Small businesses and minority-owned and woman-owned businesses are strongly encouraged to participate. Small disadvantaged businesses must be precertified by the Small Business Administration in order to be considered for evaluation as such, under the new Federal regulations. In order to receive the benefit of a price evaluation preference, you must be certified by the Small Business Administration as a HUBZone small business concern and/or a small disadvantaged business concern. Contact your local SBA office for further information. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of Federal facilities. JOINT VENTURES: Joint venture or firm/consultant arrangements will be considered. An acceptable joint venture agreement must be submitted. In the event a large business is the awardee, an acceptable Subcontracting Plan shall be required; the Plan must be submitted and approved prior to award. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, and small woman-owned concerns. INTERESTED PARTIES/HOW TO OFFER: The solicitation will only be available electronically at www.fedbizops.gov. Notices to the solicitation and any amendments thereto will also be posted on this website. Offerors will be responsible for downloading the solicitation document and any notices or amendments issued. Drawings will be made available by CD only, and only upon the completion and receipt of a completed Document Security Notice (DSN), which will also be available for downloading at this site. The DSN should be reviewed and signed and returned to the POC, along with a copy of the requestor?s business license (if available). Upon receipt and acceptance of the completed DSN, the CD will be mailed to the requestor or available for pickup at this office. A preproposal conference will be scheduled at a later date; details will be made available in the solicitation document.
 
Place of Performance
Address: 819 Taylor Street, Fort Worth, TX,
Zip Code: 76102
Country: USA
 
Record
SN00199395-W 20021106/021104225642 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.