Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

Y -- GS11P05ZGC0139 CONSTRUCTION for LIFE- SAFETY SPRINKLER INSTALLATION & FIRE ALARM REPLACEMENT ? DEPARTMENT OF ENERGY, JAMES V. FORRESTAL BUILDING.

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Triangle Service Delivery Team (WPZ), 7th & D Streets, SW, Room 7660, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P05ZGC0139
 
Response Due
4/8/2005
 
Archive Date
4/23/2005
 
Description
FOR CONSTRUCTION for LIFE-SAFETY SPRINKLER INSTALLATION & FIRE ALARM REPLACEMENT ? DEPARTMENT OF ENERGY, JAMES V. FORRESTAL BUILDING. FURNISH AND INSTALL A COMPLETE WET-PIPE SPRINKLER SYSTEM INCLUDING: PIPING, SPRINKLER HEADS, WATERFLOW & TAMPER, CONTROL VALVES, STANDPIPE, HORN & FIRE RELAY CABINET, FIRE PUMP, CONTROLLER, AND EMERGENCY GENERATOR SET FOR A 1,688,000 MILLION SQUARE FOOT GOVERNMENT BUILDING. FURNISH AND INSTALL A NEW AND COMPLETE DIGITALLY MULTIPLEXED, ADDRESSABLE, SUPERVISORY-WIRED-DUAL-END, VOICE-ANNUNCIATED FIRE ALARM SYSTEM. REMOVE EXISTING FIRE ALARM CONTROL PANEL AND ASSOCIATED WIRE INCLUDING: EXISTING WIRING FOR STATUS MONITORING AT EXIT TURNSTILES, ELEVATOR RECALL PANELS, TAMPER/WATER FLOW INDICATOR LIGHTS AT STAIRWELL, SMOKE DOOR CONTROL AT EGRESS CORRIDORS, AND OTHER DEVICES. PERFORM ASBESTOS ABATEMENT PRIOR TO DEMOLITION AND REMOVAL OF EXISTING METAL PAN CEILING. REPLACE CEILING GRID AND CEILING TILES. REPLACE FLEX DUCT AND AIR DIFFUSERS. REUSE EXISTING 1?X4? LIGHT TROFFERS AND FIXTURE WIRE. ALL WORK MUST BE PERFORMED IN EXISTING OFFICE SPACE (i.e. OVER DESKS, OVER FURNITURE, AND OVER EQUIPMENT) WHICH WILL REMAIN IN PLACE AND MUST BE PROTECTED DURING THE 36 MONTH CONSTRUCTION PERIOD. CONTRACTOR MUST BE ABLE TO EXECUTE A FLOOR BY FLOOR, 26 PHASE PLAN. AWARD WILL BE MADE VIA SOURCE SELECTION BASED ON BEST VALUE. EVALUATIONS WILL BE CONDUCTED FOR QUALIFICATIONS AND ONLY THOSE HIGHLY QUALIFIED FIRMS WILL BE REQUESTED TO SUBMIT A PROPOSAL. THE AWARDEE IS REQUIRED TO SUBMIT AN ACCEPTABLE SUBCONTRACTING PLAN PRIOR TO AWARD IN ACCORDANCE WITH PUBLIC LAW 95-507. ONLY QUALIFIED APPLICANTS NEED APPLY BASED ON THE FOLLOWING IN ORDER OF PREFERENCE: o EXPERIENCE: Must have worked on project where liquidated damages applied. Ability to work in an occupied building where phasing plan was implemented. Offerors must submit example of phasing plan they have previously put into action.Must have Government Contracting Experience. Three references are required and will be confirmed by the source selection board. Company must be in business at least 7 years doing construction work. Must have completed at least 3 large projects over $18 million in the past 5 years. o TECHNICAL QUALIFICATIONS: Must have all necessary Business Licenses, Contracting Licenses, Insurances, and Bonding Capability Statements. Must be registered on Central Contractor Registration (CCR). Payment, Performance, and 20% Bid Bond will be required. Must be able to provide a current independent audit (not older than 12 months). Must posses or be eligible for DC asbestos abatement license. o PAST PERFORMANCE: Must list at least three (3) but not more than five (5) references where the work performed was of a similarly complex nature, regarding quality of services rendered including response to emergencies, budget control, timeliness, business integrity, and technical success. For each contract, identify at least two points of contact, including names, addresses, phone numbers, and email addresses. All reference information should be current. Failure to provide pertinent and accurate information may be considered technically non-responsive. Describe in detail events which involved multiple phases that were being implemented at the same time on a large project over $18 million. Describe the amount of coordination, the establishment of objectives and deadlines, the overall management approach, and the process involved from planning to successful completion. Describe in detail events where daily cooperation was required in coordinating with the construction team in order to reach objectives and avoid missed deadlines. o MANAGERIAL SKILLS: Describe in detail two (2) situations where crisis intervention and/or crisis resolution was implemented to gain a successful conclusion. Describe your administrative performance and willingness to work with stakeholders (owners, government, developers, lessors, etc.), which effectively, resulted in eliminating, mitigating, and resolving conflicts between your company and the stakeholders. Project personnel and onsite managers must have at least 7 years of experience in large commercial and/or federal construction, repair and alteration of large commercial and/or federal buildings. Key officers or project personnel should be familiar with federal acquisition regulations, Project Management guidelines, standards of conduct, Code of Professional Ethics for Construction Managers, Code of Ethics and Professional Conduct as defined by the PMI, CMAA, and AIA. Must have advance knowledge and understanding in working with project management software and scheduling software for tracking large construction projects, i.e. Primavera, Suretrack, Prolog, etc. Site examples where you had to anticipate or revised the work breakdown activity on a construction schedule in order to bring missed deadlines, critical elements, or other critical activities back into compliance, on time, and on budget. Other: All employees/workers on this project must be U.S. Citizens. All employees/workers on this project will be subject to background checks and may be banned from entering the building. Must have or be able to establish an office in the DC Metro area within 60 days of award. Must be available for site-visit and pre-bid conference on April 25, 2005. JOINT VENTURES ARE WELCOME. PROJECT IS SUBJECT TO THE DEMONSTRATION TEST PROGRAM (LARGE AND SMALL BUSINESSES CAN COMPETE). THIS IS NOT AN INVITATION FOR BID. NO PLANS WILL BE AVAILABLE FOR INSPECTION. INTERESTED PARTIES SHOULD SUBMIT QUALIFICATION PACKAGES IN TRIPLICATE TO: General Services Administration, National Capital Region, 7th & D Streets, SW, Bid Room, Room 1065, Washington, DC 20407 PACKAGES ARE TO BE RECEIVED NO LATER THAN CLOSE OF BUSINESS, 3:45 p.m., ON CLOSING DATE. CONTRACT TITLE AND SOLICITATION NUMBER SHOULD APPEAR ON OUTSIDE OF SOLICITATION PACKAGE. PACKAGE TO BE SUBMITTED IN TRIPLICATE. PLEASE REFERENCE THE FOLLOWING FAR CLAUSES REGARDING THIS SOLICITATION: ALL LATE RESPONSES ARE SUBJECT TO FAR ?52.214-7 Late Submissions, Modifications, and Withdrawals of Bids. ONLY HIGHLY QUALIFIED APPLICANTS WILL BE ISSUED DRAWINGS AND SPECIFICATIONS AND REQUESTED TO SUBMIT A PROPOSAL. UNSUCCESFUL APPLICANTS WILL BE NOTIFIED IN WRITING. SECONDARY POINT OF CONTACTS: MARQUITA WASHINGTON, CONTRACT SPECIALIST, WPZ. 202-205-5617 OR Marquita.Washington@gsa.gov; KEVIN RATTLIFF, PROJECT MANAGER, WPZ. 202.205-5913 or kevin.rattliff@gsa.gov
 
Place of Performance
Address: DEPARTMENT OF ENERGY - JAMES V. FORRESTAL BUILDING, 1000 INDEPENDENCE AVENUE SW, WASHINGTON, DC,
Zip Code: 20585
Country: USA
 
Record
SN00764999-W 20050310/050308212849 (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.