Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
MODIFICATION

Z -- Air Handling System Improvements Kansas City, Missouri

Notice Date
3/28/2005
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS06P05GZC0011
 
Response Due
5/12/2005
 
Point of Contact
Michael Flanigan, Contract Specialist, Phone 816-823-4912, Fax null, - Courtney Springer, Contract Specialist, Phone (816) 823-2276, Fax (816) 823-5547,
 
E-Mail Address
michael.flanigan@gsa.gov, courtney.springer@gsa.gov
 
Description
Contact: Mike Flanigan, GSA Contract Specialist, 816-823-4912; fax: 816-926-3517 This RFP synopsis is to select a quality Design-Build Services contractor for Air Handling System Improvements IMO23990 at Federal Building No. 2, Bannister Complex, 1500 East Bannister Road, Kansas City, Missouri, 64131, Solicitation Number GS06P05GZC0011. The contractor selected will be responsible for taking the scope and performance documents prepared by an architect/engineer through design and construction. The estimated cost of design and construction for the design-build contract is between $4,000,000 and $8,000,000. The contract length shall be proposed by the Contractor and approved by the Government, but shall not exceed 24 months 730 calendar days after Notice to Proceed, to be issued on or about September 16, 2005. This procurement will be completed using a two-step source selection process. This contract is restricted only to those firms having an existing design, construction and/or design/build contracting office within the bi-state Kansas City region defined by the Mid-America Regional Council MARC as the Kansas counties of Johnson, Leavenworth and Wyandotte; and the Missouri counties of Cass, Clay, Jackson, Platte and Ray. Such office shall have been in operation as of the date of this announcement. Federal Building No. 2 of the Bannister Complex, which was built in 1942, has 197,410 usable square feet of office space. It consists of a basement and two levels above ground and has approximately 1,535 employees. The fan houses and air distribution equipment were added to the building around 1960. The HVAC system consists of air handling units in fan houses located on the roof that distribute air to a major portion of the building, plus packaged air handling units that serve spaces with special needs and/or spaces mostly in the basement that were lacking in airflow from the fan house system. The existing overall HVAC system is not energy efficient due to the use of old, inefficient equipment and the use of smaller, low efficiency, packaged units. The existing fan house systems are in need of repair and renovation. The supply and return fans and motors for the fan house air handling units are inefficient and inadequate in capacity to meet the airflow and static pressure requirements of the system. The existing configuration of supply air ducts does not provide good air distribution to the entire building since not enough air velocity is maintained to force the air to the end of the system. The scope of work includes the following: 1. Installation of five 5 new roof-top variable air volume, direct digital control, air-handling units to replace existing units. System should be equipped with a fixed supply-air temperature. 2. Removal of all penthouse fan equipment and modification of ductwork to accommodate new roof-mounted packaged air handling equipment. 3. Sealing of all chase penetrations and openings; relocating any obstructions to airflow in the chases; installing fire dampers and access panels; installing fire-rated enclosures; and replacing control valves, steam traps, strainers and roll filter media in the fan house units. Addition of medium-pressure ductwork in existing vertical chases. 4. Replacement of all existing horizontal supply ductwork on the roof with new ductwork. 5. Provision of outside air to existing packaged units located throughout the building. 6. Relocation of existing ground level air intakes to the roof. 7. Removal of existing air handling units in basement and on first floor and connection of areas served to building distribution system. 8. Replacement of outdoor air damper and actuator. Construction work that is disruptive to the tenants and building operations must be completed after regular business hours. The request for proposals RFP solicitation will be issued on or about April 12, 2005. In an effort to safeguard sensitive but unclassified acquisition related information, the General Services Administration is participating as a pilot agency in the Federal Technical Data Solution FEDTeDS. GSA, PBS, Property Development Division, Administrative/Procurement Services Branch 6PCA, will no longer mail hardcopies of the solicitation and amendments. The solicitation specifications and its amendments will only be available through a link in www.fedbizopps.gov to the Federal Technical Data Solution FEDTeDS website. Note that registration in FEDTeDS requires as a prerequisite current registration in CCR. Vendors seeking business opportunities with the General Services Administration must first register with CCR www.ccr.gov and then with FEDTeDS www.fedteds.gov. As the General Services Administration implements FEDTeDS, solicitations will continue to be available through the government-wide point of entry www.fedbizopps.gov but the sensitive but unclassified acquisitions related information specifications will only be available through links to FEDTeDS. Offerors are responsible for producing their own print sets for their own use. A Pre-Proposal Conference will be held on or about April 28, 2005 at the GSA Office, 1500 East Bannister Road, Kansas City, Missouri. GSA will receive proposals on or about May 12, 2005. Date and time will be specified in the RFP. Only one proposal will be submitted by each offeror. The Government will use the tradeoff process method of evaluation in selecting the prime contractor. This concept is a method of evaluating technical factors and price, with the goal being to select the proposal that offers the greatest value to the Government. Proposals will be evaluated in two stages. Stage One will be technical evaluations of proposals to establish those who are most technically qualified. Stage Two will be receipt of pricing and scheduling. Stage One technical proposals will be evaluated using the following technical factors, in descending order of importance: 1. Past performance of the firm; 2. Experience and qualifications of key personnel; 3. Management plan; and 4. Team composition, organization and prior experience as a design-build team. For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merits, price then becomes more important. The objective is to select the proposal that offers the best value, not necessarily to select the lowest price. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal’s acceptability solely on the basis of the initial proposal submitted. The Government may proceed with award of the contract without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected for contract award, and may discuss proposals with the offerors. The Government will evaluate all proposals. The evaluation team will comply with the GSA Source Selection Policy with respect to nondisclosure, conflict of interest, safeguarding of data and any other regulatory or statutory requirement therein stated or referenced. This is a negotiated procurement that will result in a firm-fixed price contract. Award of a contract will be contingent upon funding approval. Prior to award of the contract, the contractor, if not a small business, will be required to submit and have GSA approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. The proposed procurement listed herein is not set aside for small business. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 39% total for Small Business SB, which includes 6% for Small Disadvantaged Business SDB; 5% for Woman-Owned Small Business WOSB, 3% for Hub Zone Small Business; HZSB; 5% for Veteran-Owned Small Business VOSB; and 3% for Service-Disabled Veteran-Owned Small Business SDVOSB. All responsible sources may submit a proposal, which will be considered by the agency within the limits of this announcement. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. Contact Mike Flanigan, Contract Specialist, for questions concerning this announcement at 816-823-4912 or fax him at 816-926-3517. Technical questions should be directed to the Project Manager, Jean Dodd, at 816-926-1174. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/6PCA/GS06P05GZC0011/listing.html)
 
Place of Performance
Address: 1500 East Bannister Road Kansas City, Missouri 64131
 
Record
SN00851535-F 20050722/050720213157 (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.