Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
MODIFICATION

Z -- Air Handling Improvements

Notice Date
6/30/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P02GZC0540
 
Point of Contact
Carol Watkins, Contract Specialist, Phone (816) 823-4906, Fax (816) 823-2096,
 
E-Mail Address
carol.watkins@gsa.gov
 
Description
Contact Person: Carol Watkins (816) 823-4906. June 30, 2003: The following synopsis has been amended. For this solicitation, when all technical evaluation factors are combined, they are approximately equal to the cost or price. A trade off process will be used. These changes are included below, in the paragraph explaining the selection process. The purpose of this source selection procurement is to select a quality Design-Build Services contractor for Air Handling Improvements (IMO23990) at Federal Building 2, 1500 East Bannister Road, Kansas City, Missouri, Solicitation Number GS06P02GZC0540. The contractor selected will be responsible for taking the scope and performance documents (prepared by an architect/ engineer) through design and construction. The estimated cost of design and construction for the design-build contract is between $1,000,000 and $3,000,000. The approximate contract length is 24 months after Notice to Proceed, to be issued on or about September 1, 2003. This procurement will be completed using a one step source selection process, with full and open competition, limited to those firms having an existing design, construction, and/or design-build contracting office within the bi-state Kansas City region as of the date of the CBD announcement. The bi-state region, as defined by the Mid-America Regional Council (MARC), consists of the Kansas Counties of Johnson, Leavenworth and Wyandotte; and the Missouri Counties of Cass, Clay, Jackson, Platte and Ray. Building 2 of the Bannister Federal Complex is a fully occupied office building of approximately 250,000 gross square feet, which consists of a basement and two levels above ground. The five air handling units in three roof top fan houses were added to the building around 1960. The scope of work includes the following: 1) Sealing all chase penetrations and openings; relocating any obstructions to airflow in the chases; installing fire dampers and access panels; installing fire-rated enclosures; and replacing control valves, steam traps, strainers and roll filter media in the fan house units; 2) Phased replacement of supply and return fans and motors and the conversion of the existing constant volume system to a variable air volume system; 3) Replacement or repair of all existing supply ductwork on the roof; 4) Provision of outside air to existing packaged units located throughout the building; 5) Provision of a new variable air volume, direct digital control system with a fixed supply air temperature; 6) Relocation of existing ground level air intakes to the roof; and 7) Maximizing energy efficiency within the constraints of life cycle cost reasonableness. The request for proposals (RFP) solicitation is expected to be issued on or about June 27, 2003. All requests for the RFP must be in writing. The list of plan holders will be based only on those requesting the Bid Documents. Those requesting drawings, plans, and/or specifications must provide valid identification in the form of one of the following: a business license; DUNS number, or valid state driver?s license. A Pre-Proposal Conference will be held at 1500 East Bannister Road on or about July 8, 2003, to brief prospective offerors and to explain or clarify the project scope and submission requirements. GSA will receive Requests for Proposal on or about July 29, 2003. Date and time will be specified in the RFP. Only one proposal may be submitted by each offeror. GSA intends to use the ?trade off? process in selecting the offer that is most advantageous to the Government. The trade off process is a method of evaluating both the technical factors specified in the solicitation and price, with the goal being to select the proposal that offers the greatest value to the Government, i.e. the proposal that offers the most for the money, not necessarily the lowest price. Offerors will submit technical qualifications and price at the same time, in separate packages. Technical factors, in descending order of importance are: 1) Past performance of the firm; 2) Qualifications of key personnel; 3) Management plan; and 4) Team composition and prior experience as a Design-Build team. Technical factors 1 and 2 will be given equal weight in the evaluation process. For this solicitation, when all technical evaluation factors are combined, they are approximately equal to the cost or price. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal?s acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate all proposals. The evaluation team will comply with the GSA Source Selection Policy with respect to nondisclosure, conflict of interest, safeguarding of data and any other regulatory or statutory requirement therein stated or referenced. This is a negotiated procurement that will result in a firm-fixed price contract. Award of a contract will be contingent upon funding approval. Prior to award of the contract, the contractor, if not a small business will be required to submit and have GSA approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. The proposed procurement listed herein is not set aside for small business. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 40 percent total for Small Business (SB), which includes 8 percent for Small Disadvantaged Business (SDB); 5 percent for Woman-Owned Small Business (WOSB), 3 percent for Hub Zone Small Business; (HZSB); 5 percent for Veteran-Owned Small Business (VOSB); and 3 percent for Service-Disabled Veteran-Owned Small Business (SDVOSB). All responsible sources may submit a bid, which will be considered by the agency within the limits of this announcement. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. Contact Carol Watkins, Contract Specialist, to request the RFP and for questions concerning this announcement at 816-823-4906 or fax her at 816-823-5523. Technical questions should be directed to the Project Manager, George Gourse, at 816-823-2262.
 
Place of Performance
Address: 1500 East Bannister Road,, Federal Building 2,, Kansas City, Missouri
Zip Code: 64052
Country: USA
 
Record
SN00360411-W 20030702/030630213637 (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.