Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

Z -- Elevator Modernization at the Ribicoff FB, Hartford, CT

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), South Service Center (1PL-RI), John O. Pastore Federal Building Two Exchange Terrace, Room 102, Providence, RI, 02903
 
ZIP Code
02903
 
Solicitation Number
GS-01P-04-NLC-0037
 
Response Due
4/16/2004
 
Archive Date
5/1/2004
 
Point of Contact
Frank Pfeiffer, Contracting Officer, Phone (401) 528-5130, Fax (401) 528-5114, - Frank Pfeiffer, Contracting Officer, Phone (401) 528-5130, Fax (401) 528-5114,
 
E-Mail Address
frank.pfeiffer@gsa.gov, frank.pfeiffer@gsa.gov
 
Description
Description: NAICS 238290 Size Standard: $12.0 Million. Solicitation No. GS-01P-04-NLC-0037 Elevator Modernization at the A. A. Ribicoff FB, Hartford, CT. The estimated construction cost range is $1 million to $5 million. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. The estimated period of performance is 18 months. This procurement is for a firm to provide all management, labor, materials, and equipment necessary for the modernization of five passenger elevators as follows; modernize four gearless elevators (#1 thru #4); modernize one geared service elevator (#6). Elevator #5 shall not be modernized under the base contract, but if exercised under Option 1, shall be removed out of service. Alternate 1 will be identified to replace the cabs on elevators #1 thru #4. The modernization will require maintenance servicing for existing and renovated elevators and associated equipment from Notice to Proceed until all elevators are accepted for beneficial use. The work shall be conducted to accommodate continued occupancy of the building. The contractor?s personnel will be required to obtain security clearances prior to working on this project. This will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source selection procedures are identified in FAR Part 15.3, and will incorporate the tradeoff process identified in FAR 15.101-1. This method will 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. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, including the past performance of their subcontractors, qualified/experienced personnel and on their price proposals. All proposals are required to address each of the qualifications. Omission of any of the criteria may render the proposal nonresponsive, preventing the opportunity to submit a price proposal and gain further consideration for award. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. For this procurement, technical evaluation factors will be considered equal to cost. The technical evaluation factors for the evaluation process are as follows: 1) Past Performance and Experience on Similar Projects. To be considered under Past Performance: elevator installer, elevator maintenance, elevator modernization experience, control systems manufacturer. To be considered under Past Experience: previous client assessment of offeror's performance, project completion on time and within budget, and tenant impact. Regarding past performance offerors with no relevant performance history shall provide information, which helps to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the requirement as identified in the attached Statement of Work. Offerors should provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. 2) Proposed Project Team, Key Subcontractors, and Key Personnel. Approval of an elevator subcontractor, or elevator contractor, is required. To be considered, contractor shall have upgraded within the last eight years, three elevator systems that are comparable to those to be worked on for this project; i.e., electric elevators of three or more cars in one group that serve at least seven or more landings in an office/commercial type building. Complete list of these installations with names, addresses and telephone numbers of the relevant POC, is required. Key personnel shall have at least five years experience including extensive experience in microprocessor-based control systems and installation of non-proprietary control equipment. Complete information on personnel including project supervisor?s resume(s) for day-to-day operations (installation) and for maintenance oversight are required. 3) Proposed Project Scheduling and Phasing of Construction, and the proposed Elevator Maintenance Plan. 4) Major Equipment Being Offered. 5) Elevator Maintenance Firm Proximity to Project Location. 6) Subcontracting Plan: Public Law 95-507 requires large businesses to provide a subcontracting plan setting forth percentage goals for utilizing small business concerns including, separately identified goals for disadvantaged small business and women-owned small business. In addition, the prime contractor must describe the efforts it will take to assure that such firms have an equitable opportunity to compete for subcontracts. Offeror shall address how it will comply with the requirements of FAR 19.704. The solicitation will be issued at www.fedbizopps.gov OOA March 19, 2004. In order to obtain plans and specifications, offeror?s must be registered in the Central Contractor Registration (CCR) website. To register, go to www.ccr.gov. One of the Partner Programs in the ccr website is FedTeDs. In order to obtain specifications and drawings for this solicitation, you must register in FedTeDs. The registration process that FedTeDs utilizes requires each Vendor/Contractor provide an MPIN for their company in their CCR registration. The MPIN is a personal code. Your CCR POC is the only person with access to your company?s active registration. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation and amendments, if any. A pre-proposal meeting is tentatively scheduled for March 31, 2004. The proposal due date will be OOA April 16, 2004.
 
Place of Performance
Address: Point of Contact Frank Pfeiffer, Contracting Officer, Phone (401) 528-5130, Fax (401) 528-5114, Email frank.pfeiffer@gsa.gov - Frank Pfeiffer, Contracting Officer, Phone (401) 528-5130, Fax (401) 528-5114, Email frank.pfeiffer@gsa.gov,
Zip Code: 02903
 
Record
SN00536979-W 20040306/040304223730 (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.