Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

Z -- Chiller replacement, Christie & Federal Bldg, Huntington, WV

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-03-CDC-0042
 
Archive Date
6/14/2003
 
Point of Contact
Celeste Dow, Contracting Officer, Phone (215) 656-6097, Fax (215) 656-5955, - Celeste Dow, Contracting Officer, Phone (215) 656-6097, Fax (215) 656-5955,
 
E-Mail Address
celeste.dow@gsa.gov, celeste.dow@gsa.gov
 
Description
This requirement is for the procurement of a construction firm to provide all supervision, labor, materials and equipment necessary for the replacement of the Chiller cooling system at the Sidney L. Christie and Federal Office Building in Huntington, West Virginia. The existing units service approximately 236,240 square feet of space. The building will be occupied throughout the entire renovation. The successful firm must have previous experience with projects of similar size and scope. The Government has defined similar projects as: Replacement of chiller systems in an occupied office building (Governmental, Courthouse or Institutional) of at least 300 tons or greater including cooling towers, associated pumps and BAS control systems. The contractor's personnel shall be required to obtain security clearances prior to working on this project. The estimated cost of this project is between $1,000,000.00 and $5,000,000.00. The approximate duration of the contract is 6 months, and is expected to begin approximately October, 2003. Award will be a firm fixed price contract, and the procurement method shall be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures, as identified in FAR PART 15.3, shall be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit, and whose performance is expected to best meet stated Government requirements. The acquisition shall consist of four phases: Phase 1 - Receipt and evaluation of technical proposals utilizing the technical evaluation criteria; Phase 2 ? Develop an advisory short list based on technical qualifications/proposals of the most technically qualified firms; Phase 3 ? GSA advise each respondent that participates in Phase 1, in writing, as to whether it is likely or not to be a viable competitor in the next phase, based on the technical evaluation in Phase 1. GSA shall inform all respondents that not withstanding the advice provided by GSA in response to their submission in Phase 1, they may participate in Phase 3. Phase 3 ? Receipt and evaluation of price proposals based on 100% construction documents, which shall be issued to offerors approximately June 2003. A competitive range shall be developed by the Contracting Officer. Phase 4 ? Completion of negotiations, receive and evaluate final offers. A formal selection of a firm that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of firms to submit a technical offer during Phase 1 will preclude them from further participation on this acquisition. For this procurement, technical evaluation factors are more important than price. The Government reserves the right to make an award at completion of Phase 3, without negotiations. The technical evaluation factors for the evaluation process are: Factor 1: Past Performance on similar contracts and Factor 2: Management and Personnel Qualifications have equal importance while Factor 3: Technical and Organizational Approach has less importance. The RFP will contain more detail. The NAICS code applicable to this project is 238220 with a size standard of $12 million. This procurement is being conducted on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of the Solicitation (RFP) requesting technical proposals and the Document Security Notice to Prospective Bidders/Offerors shall be available through the World Wide Web the week of May 12, 2003 (www.fedbizopps.gov ). Prior to issuance of the plans and specifications, contractors must comply with the Document Security Notice by completing it and returning it to the address below. To be included on our GSA source list for this procurement, please mail, fax or email your request to Michelle Garofalo, at GSA, Allegheny Service Center (3PK), The Strawbridge Building, 20 N. 8th Street, Philadelphia, PA 19107; fax (215) 205-0414, or email michelina.garofalo@gsa.gov. You must reference Solicitation Number GS-03P-03-CDC-0042 for identification purposes. Telephone requests will not be honored. In accordance with FAR 5.102(a)(4)(b), availability of the solicitation will be limited to the electronic medium. Plans and Specifications will NOT be directly provided in a paper hard copy format. Contractors interested in obtaining a copy of the proposal package including the plans and specifications on CD-Rom must provide the following information: Solicitation Number and Title of Project, Complete Address, Point of Contact, Area code and phone number, Area code and fax number, E-mail address, copy of the company's valid business license, Duns number, valid driver's license, identify whether the firm is a prime contractor, sub-contractor or supplier, indicate whether the firm is a small business, small disadvantaged business, large business and if the firm is a women owned business or veteran owned business. Notification of any changes to this solicitation (amendments) will be posted on www.fedbizops.gov and shall be made only electronically by CD-ROM or e-mail attachment. The Pre-Proposal Conference will be held on or around June 2, 2003 at 10:00 AM at Sidney L. Christie and Federal Bldg in Huntington, WV. Prior notification of attendance to this conference is mandatory for seating purposes. You are requested to e-mail or fax your company name and all potential attendees' full names and e-mail addresses to Michelle Garofalo at email: michelina.garofalo@gsa.gov or fax no.: (215) 205-0414, no later than Friday, May 30, 2003. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration.
 
Place of Performance
Address: 502 8TH STREET, HUNTINGTON, WV 25701
Zip Code: WV
Country: USA
 
Record
SN00314543-W 20030501/030429213855 (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.