Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

Z -- Boilers refurbishment project, Woodlawn, MD

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-06-DX-C-0044
 
Response Due
6/30/2006
 
Archive Date
10/30/2006
 
Description
The United States General Services Administration has a requirement for the selection of a quality contractor for the Boilers refurbishment in the Boiler plant in the Altmeyer building at the Social Security Administration (SSA) Complex, 6401 Security Blvd., Woodlawn, MD 21235. The base contract is the rehabilitation of the boiler plant, option 1 is for Feed water replacement and option 2 is for condensate piping replacement. This project is to be awarded as a firm fixed price contract. The work includes but is not limited to the following: Piping Systems: Remove and replace selective areas of the steam system piping, feedwater system piping (option 1), condensate system piping (option 2), boiler blow off system piping, makeup water system piping, fuel oil system piping, and natural gas system piping. Remove and replace selective valves, insulation, and instrumentation associated with these piping systems. Existing Boilers Nos. 1, 2, and 3: Remove and replace burners, provide and install new burner management and combustion controls, provide and install new boiler control panels, rebrick the furnace floors, resurface the drum manways and provide new insulation covers, remove and replace the sootblower valves, install new flue gas dampers for each boiler outlet, and remove the existing boiler economizers and modify breeching to accommodate new individual economizers. Existing Boilers 1 & 2 only: Water blast the boiler tubes, replace the furnace refractory, repair the surface blowdown lines, replace the chemical injection feed pipe, repair the mud drum sludge collection plates, and perform casing repairs. Boiler Plant: Expand existing water softener system. Modify the existing supply air and exhaust systems. Demolish existing lighting and existing walk-in instrumentation board. Perform repairs to the existing boiler stack and the stack lightning protection. Provide and install a new plant control panel and new SCADA system. Connect the new SCADA system to the existing Johnson Controls Metasys control system. Remove all existing and identified asbestos containing materials from mechanical piping systems, boilers, ductwork, breeching, etc. Unit prices will be established in order to perform abatement of contaminated materials discovered during construction. Temporary Boiler: Provide and install a temporary boiler and its associated support systems. Train GSA/SSA personnel to operate the temporary boiler. Provide and install piping, fittings, valves, and insulation to connect the temporary boiler and its associated support equipment to the existing plants steam distribution system, condensate return, city water, and sanitary systems. Design, fabricate, and install a temporary stack for the temporary boiler. Schedule construction such that at least two boilers, each with a capacity of 25,000 lb/hr are available at all times. The temporary boiler may be used to meet this requirement. The estimated cost of the project is between $5,000,000.00 to $10,000,000.00. This project will be awarded as 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, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. 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 will preclude further participation on this acquisition. Award may be made without discussions. The technical evaluation factors for the evaluation process are, in descending order of importance: Past Performance (Sub factors- Company level past performance and Project Manager and General Superintendent Past Performance), Key personnel Qualifications and Team Organizational Structure (Sub factors- Key Personnel Qualifications, and Team Organizational Structure), and Small Disadvantaged Business Participation. The NAICS code applicable to this project is 238220. This procurement is being solicited as unrestricted. This announcement also constitutes the synopsis of the pre-invitation notice. A Pre-proposal conference will be in the near future. Time, date and location will be provided in the solicitation. 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 Alicia Martin on (215)446-4506. Please mail, fax or email your information to Alicia Martin, at GSA, Chesapeake Service Center (3PC), The Strawbridges Building, 20 N. 8th Street, Philadelphia, PA 19107-3191; fax 215-209-0663 or email alicia.martin@gsa.gov, reference Solicitation Number GS-03P-06-DX-C-0044 for identification purposes. Interested Parties/How to Offer: The solicitation (specifications, clauses and bid forms) will only be available electronically. It will be available on or about May 31, 2006. The solicitation will not be available on the FedBizOpps website. The solicitation (specifications, clauses and bid forms) can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation (specifications, clauses and bid forms) and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedTeDS website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedTeDS website, www.fedteds.gov or the CCR website, www.ccr.gov. Hard copies of the drawings will only be sent by federal express mail after receipt of an email or fax from companies who download the solicitation (specifications, clauses and bid/offer forms) from FedTeDS. Please provide your mailing address, point of contact and phone number where the drawings are to be sent. Drawings can not be federal expressed to an address with a post office box. Any questions regarding this notification should be directed to Alicia Martin (215) 446-4506. Please mail, fax or email your information to Alicia Martin, at GSA, Chesapeake Service Center (3PC), The Strawbridges Building, 20 N. 8th Street, Philadelphia, PA 19107-3191; fax 215-209-0663 or email alicia.martin@gsa.gov, reference Solicitation Number GS-03P-06-DX-C-0044 and Purchase Request number 3PC-06-5027 for identification purposes.
 
Place of Performance
Address: Social Security Administration (SSA) Complex - Altmeyer Building, 6401 Security Blvd., Woodlawn, MD 21235
Zip Code: 21235
Country: United States
 
Record
SN01048451-W 20060517/060515220929 (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.