Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

Z -- Elevator Modernization

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Southeast Sunbelt Region (4PCC), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-05-EXC-00xx
 
Response Due
8/26/2005
 
Archive Date
9/25/2005
 
Description
WRITTEN EXPRESSIONS OF INTEREST IN THE MODERIZATION OF 5 ELEVATORS AT THE US COURTHOUSE, OLD KEFAUFER BUILDING NASHVILLE, TN GS-04P-05-EXC-00XX APPLIES. The General Services Administration (GSA) Region 4 Atlanta, Georgia is announcing an opportunity for and is presently soliciting written expressions of interest and assurance of bonding capacity letters from Major Elevator Companies desiring to compete in the procurement process for the subject passenger elevator modernization project for Elevators C2-C6 at the above identified building. GSA intends to contract for the award and complete construction services for the Elevator Modernization project at the old Kefauver U.S. Courthouse building at 801 Broadway in Nashville Tennessee 37203 with the company that offers the best overall value to the Government by demonstrating a commitment to construction excellence, providing and maintaining a viable team organization, quality equipment and by adherence to the budgetary and time parameters for this project. The Government will utilize the Source Selection process in accordance with FAR Part 15.101 Best Value Continuum, and the lowest price technically acceptable procedures FAR Part 15.101-2 to select the elevator company that offers the best overall value to the Government. Under this procedure all technical factors, when combined are of more importance than cost or price , thereby magnifying the important of each offerors past and present stated ability to have performed at a high rate of technical competence. This is a Competitive acquisition IAW FAR 15.002 (b). This procurement is advertised on an unrestricted basis and Offerors are encouraged to submit all proposals on their best terms possible, as it is the Government?s intention to make award without discussion in accordance with FAR Part 15. However, negotiations will occur in order for the Government to determine that the proposed price from the selected contractor is Fair and Reasonable. The estimated cost of this Elevator Modernization Project is under 2 Million dollars. The North American Industry Classification System Code (NAICS) for this procurement is 238990 The facility is occupied by the Federal Government who is identified as the Owner. The procurement process is structured in two Stages. STAGE I- In order to become eligible to compete for the award, qualified contractors? must within 30 days of the publication of this notice or no later Close Of Business (COB) 26 August, 2005, submit a one page letter of interest which includes an address and point of contact that you wish the subsequent RFP package and Scope of Work to be mailed to, along with a letter from a bonding corporate surety, on the surety's letterhead, that certifies their ability to obtain bonding capacity commensurate with the Estimated Construction Cost of 2 Million Dollars . The proposal Corporate sureties offered must appear on the list contained in the Department of Treasury Circular 570 "Companies Holding Certificates of Authority as Acceptable Reinsuring Companies or Acceptability of Individual Sureties" in accordance with FAR Part 28.202 and 203 (http://www.fms.treas.gov/c570/index.html). These two letters (letter of interest and bonding) must be submitted to the attention of Noel Walton, Contracting Officer, General Services Administration, Property Development Division, 25th Floor, 401 West Peachtree Street, N.W-Atlanta, Georgia 30308-again, no later than COB 26 August, 2005. STAGE-II-Offerors successfully responding accordingly to the Stage I requirements will be forwarded a Request For Proposal (RFP) package with the Scope of Work requesting both technical and price proposal to be submitted under separate cover and in the requested format. The RFP package will contain information relevant to the date, time and place of a site visit, pre-proposal conference and a networking session, which will be scheduled to entertain inquiries concerning the scope of work and related issues. Technical data shall be submitted in an 8-1/2" x 11" spiral bound format that chronologically responds to the following five (5) Selection evaluation factors: (1) Past Performance on same or similar projects (2) Past Experience on same or similar projects. (3) Experience and Qualification of Key Personnel of the Prime as well as any Subcontractors; (4) Offeror's proposed approach for successful and meaningful participation and performance during the construction phase; (5) Management Plan and Technical Approach, to include management of extended overhead, and a method of tracking and controlling project cost. Following the evaluation and scoring of the technical submission, the technical evaluation team will provide their analysis of the contractors submitting proposals to the Contracting Officer with their recommendation for award. The Government will then negotiate a final price with respect to the proposal price As a result of this effort, the Government anticipates the award of a Firm Fixed Price contract. All correspondence in response to this announcement must clearly indicate the solicitation number GS-04P-05-EXC-00xx on the face of the envelope. Noncompliance with the established time frames for any and all submissions will be handled in accordance with the FAR 52.214-7 and may result in the offeror's disqualification from further participation in this procurement. The selected Elevator Contractor is expected to provide all necessary services and will assist the Government wherever possible to insure a satisfactory project. Electronic transmissions and faxes are not permitted for proposal submissions at any stage of this process. Funding for the project for the actual equipment, material and labor is based on availability of funds. Proposals should be submitted to the General Services Administration, 401 West Peachtree Street, NW, 25th Floor, Atlanta, GA., 30308, 404/331-4635, FAX No. 404/331-7063, Attn: Noel Walton, Contracting Officer. An additional point of contact is Richard Hilligoss Project Manager at 615-695-6811. Richard.Hilligoss@gsa.gov.. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSAL.
 
Place of Performance
Address: 801 Broadway, Nashville Tennessee
Zip Code: 37203
Country: USA
 
Record
SN00857303-W 20050730/050728213025 (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.