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
MODIFICATION

38 -- Construction Services to retrofit the HVAC system for the Prisoners.

Notice Date
10/22/2003
 
Notice Type
Modification
 
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
Reference-Number-NIN92001
 
Response Due
10/30/2003
 
Archive Date
11/14/2003
 
Point of Contact
Cecelia Morris-Rivera, Contracting Officer, Phone 312-353-9780, Fax 312-886-4103,
 
E-Mail Address
cecelia.morris-rivera@gsa.gov
 
Description
This amendment is issued to hereby incorporate the following: Solicitation No. GS05P04GBC0006 Response Date: 10/30/03 Clossing Date: 12/02/2003 Classification Code: Z-Maintenance, Repair, Alteration of Real Property Solicitation for Construction Services to retrofit the HVAC system for the prisoner holding and transfer areas at the U.S. Courthouse, 5400 Federal Plaza, Hammond, Indiana, to ensure that the airborne pathogens are not allowed to infiltrate the air systems serving the rest of the courthouse. The existing system will be modified to provide a closed HVAC system for the prisoner areas that utilizes 100% outside air for supply, conditions and circulates the air within the space and exhausts all of it to the outside through HEPA filters. At the transfer corridor on the lower level and holding areas on the second, third, and fourth levels, ductwork will be reworked and existing VAV boxes or air handling units will provide supply air. Reworked duct, together with new exhaust fans with HEPA filters, will exhaust the air. Existing mechanical, electrical and plumbing elements will be relocated, if required, to install the new ductwork. The work will be performed largely off hours and coordinated to minimize the impact on the prisoner holding and transfer associated with the courthouse operation. 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. 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 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, Scope of Work 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. ? A valid picture state drivers license of the person(s) to whom the documentation is to be entrusted. ? Must be registered with Central Contractor?s Registration (CCR). 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 October 30, 2003. The RFP will provide additional information regarding the proposal submission format. Letters of interest and support documentation should be mailed to Cecelia Morris-Rivera, GSA, PBS, Property Development Division ? 5PCC, 230 South Dearborn Street, Room 3512, Mail Stop 35-6, Chicago, Illinois 60604-1578, or Faxed to (312) 886-4103. Once GSA has received the proper information, each contractor will be faxed a Document Security Form (3 pages) in which they must sign and fax back. Failure to sign and return by fax will eliminate your company from receiving the RFP, Any further announcements regarding this solicitation will be posted in FedBizOpps at www.eps.gov.
 
Place of Performance
Address: Location of Work: Hammond Federal U.S. Courthouse Building, 5400 Federal Plaza, Hammond, Indiana,
Zip Code: 46320
Country: United States
 
Record
SN00458146-W 20031024/031023061401 (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.