Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

Z -- Upgrades to the HVAC System at the Paul H. Findley Federal Building, Springfield, Illinois

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Property Development, Rm 3512 (5PE), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS-05P-06-GB-C-3013
 
Response Due
5/22/2006
 
Archive Date
8/31/2007
 
Description
CONSTRUCTION SERVICES for the Upgrades to the HVAC System at the Paul H. Findley Federal Building located at 600 East Monroe, Springfield, Illinois. The project includes replacing the heating and cooling, energy management, and ceiling systems. Most of the HVAC system units are over 45 years old and have the following problems: insufficient cooling for computers & modern office equipment; inadequate fresh air; improper zoning; and frequent breakdowns. Work must be phased to allow for tenants to swing from their current space to a temporary location, and then back. The building will be fully occupied during construction. There is limited swing space for tenant moves. The construction contractor will be mindful of tenant disruptions, schedule and noise. The construction contractor will communicate with building management, advising schedule plans at least two weeks in advance. The swing space will need some alterations to accommodate the various tenants electrical and data/phone needs. Some of the work will be performed after normal business hours (6:00pm-6:00am, weekends, and holidays) allowing the smaller tenants to remain in their space and not impact tenant operations. Noisy and with offensive odor construction activities will be required to occur after normal business hours. Existing furniture may need to be temporarily removed to accommodate construction. The estimated cost of this project falls within the range of $5.0 million to $10.0 million with an anticipated project duration of approximately 700 calendar days. Funds are currently available for this acquisition. A firm-fixed price contract is contemplated. Contractor selection will be made in accordance with the Federal Acquisition Regulations (FAR), Part 15 for Source Selection Procedures, using the ?best value? procurement procedures. Award will be made to the responsible offeror whose offer conforms to the solicitation and offers the ?best value? to the Government, considering both the technical factors and the evaluated price. For this procurement, the technical factors will be equally important as price. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. Following the technical and price evaluations, oral presentations (interviews) will be conducted. Offerors may be afforded the opportunity for proposal revisions. The Government reserves the right to conduct negotiations if it is in its best interest to do so. The NAICS Code for this acquisition is 238220. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Although this procurement is open to large business, small businesses are encouraged to participate. In accordance with Public Law 95-507, the offeror will be required to provide the maximum practicable opportunities for small, small disadvantaged, woman-owned, veteran owned, service disabled veteran owned and HUBZone businesses through subcontracting opportunities. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, small woman-owned, small HUBZone and small veteran-owned business concerns. The North American Industry Classification System (NAICS) Code for this project is 238220. Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting the following information: a one-page letter on company letterhead stating interest in the project; a copy of a valid business license or other documentation granted by the State or local jurisdiction to conduct business (containing at a minimum the following information- name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company); a valid DUNS number for the business whose license is presented (If a company does not have a Duns number please contact Dun & Bradstreet at (1-800-362-3425); a valid IRS Tax ID number for the business whose license is presented; and a valid picture state drivers license of the person(s) to whom the documentation is to be entrusted. Firms providing this information will be provided a copy of the Request for Proposals (RFP) package (specifications and drawings). The tentative date for release of the RFP is May 26, 2006. The RFP will provide additional information regarding the proposal submission format. Letters of interest and support documentation should be mailed to Ms. Johnnie A. Gaskew, Contracting Officer, GSA, PBS, Property Development Division - 5PE, 230 S. Dearborn Street, Room 3512, Mail Stop 35-12, Chicago, Illinois, 60604, or Faxed to (312) 886-4103. Once GSA has received the proper information, each contractor will be faxed a Document Security Form (2 pages) in which they must sign and fax back. Failure to sign and return by fax will delay your company from receiving the RFP. NOTICE: A Pre-Proposal meeting and Site-Visit will be held. The exact time and date will be posted later in FedBizOpps. Any further announcements regarding this solicitation will be posted in FedBizzOpps at www.eps.gov.
 
Place of Performance
Address: Paul H. Findley Federal Building, 600 East Monroe, Springfield, Illinois
Country: USA
 
Record
SN01046668-W 20060513/060511221353 (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.