Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

Z -- Upgrade Mechanical Chilled Water Systems at the A.A. Ribicoff Federal Building and U.S. Courthouse in Hartford, CT.

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), South Service Center (1PL-RI), 380 Westminster Street, Suite 524 P.O. Box 30, Providence, RI, 02903
 
ZIP Code
02903
 
Solicitation Number
Gs-01P-06-NL-C-0030
 
Response Due
6/21/2006
 
Archive Date
7/6/2006
 
Description
NAICS 238220 Size Standard: $13.0 Million. Solicitation No. GS-01P-06-NL-C-0030 Upgrade the Mechanical Chilled Water System at the A. A. Ribicoff Federal Building and Court House in Hartford, CT. The estimated construction cost range is $500,000 to $1,000,000.00. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Work shall be completed in four phases prior to January 2007. This procurement is for a firm to provide all, labor, materials, supervision and equipment necessary to complete the following: Within the Basement Chilled Water Room, replace all primary and secondary chilled water piping, valves, pumps, and air separators, insulation, and automatic temperature controls from the incoming Hartford Steam Company utility service chilled water metering equipment to the point where the primary and secondary piping exists the room; Removal and relocation of two 30 horsepower (HP) primary chilled water pumps and removal and replacement of three 10 HP secondary temperature zone pumps; Removal and replacement of the utility service chilled water pressure reducing assembly; Removal and replacement of the secondary zone steam to hot water convertors; Removal of pneumatic chilled water system controls and extension of existing Johnson Controls Metasys direct digital control system for control of upgraded systems; Electrical power distribution modifications to support pump replacement and relocation. Estimated issuance date of solicitation is May 24 2006. The work shall be conducted to accommodate continued occupancy of the building. The contractor?s personnel will be required to obtain security clearances prior to working on this project. This will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source selection procedures are identified in FAR Part 15.3, and will incorporate the tradeoff process identified in FAR 15.101-1. This method 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, including the past performance of their subcontractors, qualified/experienced personnel and on their price proposals. All proposals are required to address each of the qualifications. Omission of any of the criteria may render the proposal nonresponsive, preventing the opportunity to submit a price proposal and gain further consideration for award. 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. For this procurement, technical evaluation factors will be considered equal to cost. The technical evaluation factors for the evaluation process are as follows: 1) Past Performance and Experience on Similar Projects. Identification of projects, size, location, references, previous client assessment of offeror's performance, address project completion time and budget history. Offerors should provide information on problems encountered on the identified contracts and the offeror's corrective actions. Regarding past performance, offerors with no relevant performance history shall provide information, which helps to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the requirement. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. 2) Proposed Project Team, Key Subcontractors, and Key Personnel. Key personnel shall have at least five years experience. Complete information on personnel including project supervisor?s resume(s) for day-to-day operations (installation) and for maintenance oversight are required. 3) Proposed Project Scheduling and Phasing of Construction. Offeror shall review the phasing plan identified in the solicitation. Phasing has been identified in four phases to minimize impact on building operations and is time critical to completion period identified. 4) Subcontracting Plan: Public Law 95-507 requires large businesses to provide a subcontracting plan setting forth percentage goals for utilizing small business concerns including, separately identified goals for disadvantaged small business and women-owned small business. In addition, the prime contractor must describe the efforts it will take to assure that such firms have an equitable opportunity to compete for subcontracts. Offeror shall address how it will comply with the requirements of FAR 19.704. The solicitation will be issued at www.fedbizopps.gov OOA May 24, 2006. In order to obtain plans and specifications, offeror?s must be registered in the Central Contractor Registration (CCR) website. To register, go to www.ccr.gov. One of the Partner Programs in the ccr website is FedTeDs. In order to obtain specifications and drawings for this solicitation, you must register in FedTeDs. The registration process that FedTeDs utilizes requires each Vendor/Contractor provide an MPIN for their company in their CCR registration. The MPIN is a personal code. Your CCR POC is the only person with access to your company?s active registration. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation and amendments, if any. The proposal due date will be OOA June 21, 2006.
 
Place of Performance
Address: A. A. Ribicoff Federal Building and U.S. Courthouse, 450 Main Street, Hartford, CT
Zip Code: 06103
Country: USA
 
Record
SN01045781-W 20060512/060510221421 (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.