Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

Z -- CHILLER AND COOLING TOWER REPLACMENT, GREENSBORO FEDERAL BUILDING, GREENSBORO, NORTH CAROLINA

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Charlotte Property Management Center (4PMC), 521 East Morehead Street, Charlotte, NC, 28202
 
ZIP Code
28202
 
Solicitation Number
GS-04P-05-EXC-0118
 
Response Due
8/19/2005
 
Archive Date
9/3/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Furnish all supervision, labor, materials, and equipment for the replacement of two existing chillers, cooling tower, and all necessary pumps, piping, valves and ancillary equipment, as well as steel structural frame and platform including steel pipe railing and stairs. Asbestos Abatement will be a requirement of the contract. The Asbestos Abatement Contractor shall be a licensed general contractor in either the specialty interior, building, unclassified or asbestos categories by the North Carolina Licensing Board of General Contractors. A copy of the Asbestos Abatement Contractors license will be provided by the General Contractor. Gas line and meter relocation - General Contractor is responsible for the City of Greensboro, NC permits and fees. The City of Greensboro, NC will provide required work up to and including the existing meter; the General Contractor will provide coordination and required work from the meter to the building. The building owner is to provide the designated period of work. The successful firm must have previous experience with projects of similiar size and scope. The Government has defined similiar projects as: Replacement of chiller systems in an occupied office building (Governmental, Courthouse or Institutional) of at least 150 tons or greater. This project is set aside to HubZone Businesses only in accordance with FAR Subpart 19.13. The North American Industrial Classification System (NAICS) Code is 238220 with a size standard of $12.0 million. The estimated cost range of this project is between $500,000.00 and $1.0 million. A competitive range shall be developed by the Contracting Officer. A formal selection of a firm that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of firms to submit a technical offer will preclude them from participation on this acquisition. For this procurement, technical evaluation factors are more important than price. Award will be a firm-fixed price contract, and the procurement method shall be a competitive negotiated Request for Proposal (RFP). The Government reserves the right to make an award without negotiations. Source Selection Procedures, as identified in FAR Subpart 15.3, shall be utilized in the selection of a firm offering the best value to the Government in terms of techinical merit and price, and whose performance is expected to best meet stated Government requirements. Two elements will be considered, Technical Factors and Price. The technical evaluation factors for the evaluation process are: 1. Experience on similiar contracts, 2. Past Performance on similiar contracts, 3. Experience/Qualifications of Key Personnel, and 4. Management Plan/Quality Control. The period of performance of this contract is 240 calendar days. The solicitation will be available on or about July 19, 2005. There is a restricted period of time for the building's chilled water service to be inoperative. Beginning January 1, 2006 and ending February 28, 2006 the system can be shut down for removal and replacement. Beginning February 28, 2006 the system must be operational. All employees of the general contractor and all employees of all subcontractors who will be on the job site, regardless of the duration of stay, will have an approved security clearance and a GSA picture identification badge before starting work on this project. Potential offerors will be responsible for downloading and for monitoring the website for possible amendments and/or additional information. Contractors must register on the FedTeds website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedTeds website, www.fedteds.gov, or the CCR website, www.ccr.gov. The offer due date and time for receipt of proposals will be August 19, 2005 at 3:00 p.m. Eastern Time. Prior to issuance of plan and specifications, contractors must comply with the Document Security Notice by completing it and returning it to the address below. To be included on our GSA source list for this procurement, please mail, fax or e-mail your request to Susan Joines, at GSA, North Carolina Custom Service Center, 521 E. Morehead Street, Suite 430, Charlotte, NC 28202; fax (704) 344-6250, or e-mail susan.joines@gsa.gov. You must reference Solicitation Number GS-04P-05-EXC-0118 for identification purposes. Telephone request WILL NOT be honored. IMPORTANT NOTE: The Mandatory Pre-Proposal Conference will be held on Tuesday, August 9, 2005 at 10:00 a.m. Eastern Time at the Greensboro Federal Building, Greensboro, NC. Prior notification of attendance to this conference is mandatory for seating purposes. You are requested to e-mail or fax your company name and all potential attendees' full names and e-mail addresses to Susan Joines at e-mail: susan.joines@gsa.gov or fax no.: (704) 344-6250, no later than Friday, August 5, 2005. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration.
 
Place of Performance
Address: GSA - GREENSBORO FEDERAL BUILDING,, 320 FEDERAL PLACE,, GREENSBORO, NORTH CAROLINA
Zip Code: 27401-2718
Country: UNITED STATES
 
Record
SN00836454-W 20050626/050624212519 (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.