Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2003 FBO #0696
SOLICITATION NOTICE

Z -- Fan Coil Replacement at the A.J. Celebrezze Federal Building

Notice Date
10/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P03GBC0112
 
Response Due
11/7/2003
 
Archive Date
11/22/2003
 
Point of Contact
Jason Gerloff, Contracting Officer, Phone 312-886-1542, Fax 312-886-4103,
 
E-Mail Address
jason.gerloff@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 not 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. A two-stage evaluation process will be used. In stage-one, offers will be evaluated against go/ no-go qualification factors that consider minimum technical requirements. The requirements are past experience, past performance, and key team members. Proposals from responsive, responsible firms found technically acceptable will move on to stage-two of the evaluation process where prices will be reviewed. 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 236220. It is open to both large and small businesses. The small business size standard for this work category is $28.5 million. Although this procurement is open to large businesses, small, small woman-owned, small minority-owned, small HUBZone, small Veteran-Owned, and service disabled Veteran-Owned firms are strongly encouraged to participate. Large business 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 and service disabled Veteran-Owned 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. How to Offer: Potential offerors having the capabilities 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 the 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 (If a company does not have a Duns number please contact Dun & Bradstreet at (1-800-362-3425); a valid IRS Tax ID number for the business whose license is presented; and a valid picture state drivers license of the person(s) to whom the documentation is to be entrusted. Firms providing this information will be provided a copy of the Request for Proposals (RFP) package (specifications and drawings). The tentative date for release of the RFP is November 6, 2003. The RFP will provide additional information regarding the proposal submission format. Letters of interest and support documentation should be mailed to Rosa Gomez, GSA, PBS, Property Development Division - 5PC, 230 S. Dearborn Street, Room 3512, Mail Stop 35-6, Chicago, Illinois 60604, or Faxed to (312) 353-1743. Once GSA has received the proper information, each contractor will be faxed a Document Security Form (2 pages) in which they must sign and fax back. Failure to sign and return by fax will delay your company from receiving the RFP. NOTICE: A Pre-proposal meeting will be held at the A.J. Celebrezze building on Friday, November 21, 2003, at 10:30 a.m. The location will be in Conference room 769. Any further announcements regarding this solicitation will be posted in FedBizOpps at www.eps.gov.
 
Place of Performance
Address: A.J. Celebrezze Federal Building, 1240 East Ninth Street, Cleveland, Ohio
Zip Code: 44199
Country: USA
 
Record
SN00458145-W 20031024/031023061400 (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.