Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2005 FBO #1480
SOLICITATION NOTICE

Z -- Air Handling Unit Replacement

Notice Date
12/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-06-CD-C-0009
 
Archive Date
2/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all supervision, labor, materials and equipment necessary to replace the two existing air handling units with associated piping, valves, ductwork, and controls, remove hazardous material as indicated, provide electrical work associated with the air handling units replacement, and replace two trip units with current solid equipment in the existing GE switchgear at the Parkersburg Federal Office Building in Parkersburg, WV. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, management and key personnel qualifications, technical and organizational approach, and on their price proposals. The acquisition shall consist of four phases: Phase 1 ? Receipt and evaluation of technical offers and of initial price proposals. Phase 2 ? Develop an advisory short list based on technical qualifications/proposals of the most technically qualified firms. In this stage, GSA will advise each respondent that participates in Phase 1, in writing, as to whether or not it will be invited to participate in Phase 3, or that it is unlikely to be a viable competitor. GSA will advise the responding firms considered not to be viable competitors and the basis of GSA's opinion. GSA will inform all respondents that not withstanding the advice provided by GSA in response to their submission in Phase 1, they may participate in Phase 3. Phase 3 ? A determination of the competitive range shall be developed by the Contracting Officer. Phase 4 ? Completion of negotiations, if necessary. Receipt and evaluation of final proposal revisions. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer during Phase 1 will preclude further participation on this acquisition. For this procurement, technical evaluation factors are more important than cost or price. The Government has reserved the right to make an award at completion of Phase 3, without negotiations. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Past Performance, 2. Management and Key Personnel Qualifications, and 3. Technical and Organizational Approach. The NAICS code applicable to this project is 238220 with a small business size standard of $12 million. This procurement is being conducted as a Total Small Business Set-Aside in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. The subject solicitation includes Sensitive But Unclassified Building Information (SBU). For reasons of security and before release of SBU information, the requestor must complete and sign a "Document Security Notice to Prospective Bidders/Offerors" included in this notice. In addition, the following information must be submitted and/or provided by the requestor via the spaces provided in the notice; (1) copy of business license; (2) company's Dun and Bradstreet number (DUNS). Obtain a DUNS number for free. Call Dunn & Bradstreet at 800-333-0505; (3) valid tax identification number; and (4) a valid picture state driver's license (for person's picking up SBU document). The notice can be obtained from and shall be submitted to the point of contact cited herein. No e-mail copies will be accepted. After verification of the preceding information, the requestor must ensure that further distribution of the subject documents are preceded with the execution of the document security notice. This includes all subcontractors and suppliers. Upon receipt of plans and specifications, contractor shall familiarize themselves with the handling requirement for SBU Documents and the disposal requirements for SBU documents. Copies of the Document Security Notice to Prospective Bidders/Offerors shall be attached to the synopsis and entitled, "Document Security Notice". Prior to issuance of the specifications, offerors must comply with the Document Security Notice by completing it and returning it to the address below. Copies of this Solicitation (RFP) including drawings will be available through the World Wide Web only on approximately January 6, 2006 (www.fbo.gov ). To be included on our GSA source list for this procurement, please mail, fax or email your request to Michelle Garofalo, at GSA, Allegheny Service Center (3PK), The Strawbridge Building, 20 N. 8th Street, Philadelphia, PA 19107-3191; fax (215) 209-0414, or email michelle.garofalo@gsa.gov. Telephone requests will not be honored. Contractors interested in obtaining a copy of the solicitation package must provide the following information: You must reference the Solicitation Number GS-03P-06-CD-C-0009, the title of the project, complete address, point of contact, area code and phone number, area code and fax number, email address, signed and completed ?Document Security Notice,? identify whether the firm is a prime contractor, subcontractor, or supplier, indicate whether the firm is a small business, small disadvanteages business, and if the firm is a women owned business or veteran owned business. A Pre-proposal conference will be held on or about January 12, 2006 10:00 AM at the Parkersburg Federal Office Building located on 425 Juliana Street, Parkersburg, WV. The meeting will held in GSA Room 2005. PRIOR NOTIFICATION of attendance to this conference is MANDATORY due to building security. Please provide your Company name and all potential attendees? full names to Michelle Garofalo. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fbo.gov, follow the procedures for notification registration.
 
Place of Performance
Address: 425 Juliana Street, Parkersburg, WV
Zip Code: 26101
Country: USA
 
Record
SN00951617-W 20051215/051213214742 (fbodaily.com)
 
Source
FedBizOpps 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.