Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2005 FBO #1195
SOLICITATION NOTICE

Z -- PJKK HVAC SHORT TERM FIX

Notice Date
3/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Francisco Project Executive Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-KTC-0045
 
Response Due
4/26/2005
 
Archive Date
5/11/2005
 
Description
The General Services Administration (GSA Region 9, San Francisco) announces an opportunity in Construction Excellence for repair and alteration of the HVAC systems at the PJKK Courthouse and Federal Building in Honolulu, HI. This project proposes repairs and alterations to the mechanical HVAC systems, along with repairs to related finishes, in this Federal Building and U.S. Courthouse. The building was built in 1977 and consists of a ten-story Federal office building and a five-story U.S. Courthouse on approximately 8 acres. The Courthouse is rectangular in shape, while the Federal Building is divided into a ten-story wing and a seven-story wing which intersect in the southwest corner. This project is intended to help remove moisture from the air entering the building, eliminate leaks in the mechanical system, improve the building?s air flow, and increase control of all mechanical system components. The cost of construction is estimated at between $5,000,000 and $10,000,000. This is not a request for proposal. Firms interested in proposing should submit a one-page letter of intent to propose for this project. The letter of intent may be faxed to Greg McSweeney at (415) 522-3316, or e-mailed to greg.mcsweeney@gsa.gov. Firms expressing intent will receive the Request for Proposal, including the technical factors as well as the plans and specifications in March 2005. The selection process will be based on the procedures in FAR Part 15.3. The RFP will include a request for both Price and Technical Proposals that include the specialized experience of the Prime Contractor, specialized experience of the Mechanical Subcontractor and the Past Performance of the firms. The ?greatest value? concept will be employed. This is a method of evaluating price and other factors specified in the solicitation with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. The objective is to select the proposal that offers the most value for the price, not necessarily to select the lowest price. The offerors will submit both technical and price proposals. The evaluation of the price and technical proposals will be distinctly separate to assure the impartiality of the technical review. Upon completion of the technical review, an analysis combining both price and technical considerations will be made to determine the best value. The technical factors are significantly more important than the price factors. It is anticipated that award of the contract will be in May 2005. Contact person for this solicitation is the Contracting Office Greg McSweeney, located at the General Services Administration Regional Office, 450 Golden Gate Ave, 3rd Floor West, San Francisco, CA 94102, Telephone (415) 522-3121. The procurement is open to both large and small businesses under the Small Business Competitive Demonstration Program. Before the award of the contract the selected firm (if a large business) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40% for Small Businesses, 13% for Small Disadvantaged Businesses, 6% for Small Women-owned Businesses, 2.5% for HUB Zone Businesses, 9% for Section 8(a) Businesses and 3% for Service Disabled Veteran-owned Businesses. In support of the agency?s efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted upon request by the Contracting Officer. Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, Women owned, and Veteran owned businesses. An agreeable subcontracting plan must be agreed to prior to award.
 
Place of Performance
Address: Honolulu, Hi
 
Record
SN00762242-W 20050305/050303212454 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.