Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2006 FBO #1788
SOLICITATION NOTICE

Z -- Plumbing, Heating and Air Conditioning

Notice Date
6/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365
 
ZIP Code
30365
 
Solicitation Number
GS-04P-06-EXC-0126
 
Response Due
6/22/2006
 
Point of Contact
Denise Butler, Contracting Officer, Phone (404) 331-4627, Fax (404) 730-9643, - Denise Butler, Contracting Officer, Phone (404) 331-4627, Fax (404) 730-9643,
 
E-Mail Address
denise.butler@gsa.gov, denise.butler@gsa.gov
 
Description
This PRE-SOLICITATION NOTICE is posted to allow the General Services Administration (GSA) the opportunity to announce its intent to solicit for qualified Plumbing, Heating, and Air-Conditioning Contractors for the Chiller and Cooling Tower Replacement at the U.S. Post Office and Courthouse and Corps of Engineers Building, Savannah, Georgia. The contractor is to provide all labor, materials, equipment and testing required to accomplish design and construction of the replacement of existing chillers and cooling towers Provide design and certification by State of Georgia licensed A/E for the following: Construction Documents, site investigation, site measurements, reproduction services, Phasing Plans, Coordination, demolition and abatement, site supervision, security approved workers, drywall, mechanical, electrical, painting, system balancing, and other work as defined in the Scope of Work. . The buildings are located at 100 W. Oglethorpe, and 125 Bull St., Savannah, GA 31401. Construction is scheduled to start on or before August 25, 2006. The estimated dollar amount of the project is between $1,500,000 and $2.0 mil. The project completion is approximately 240 calendar days after issuance of the Notice to Proceed. Bonds, Insurance and Security Clearances will be required prior to the start of any work. For this procurement, the technical factors (when combined) are significantly more important than price in accordance with FAR Part 15.101-a(2). The technical factors to be evaluated are: 1) Experience and Past Performance of Offeror, offeror to submit narrative descriptions of three (3) related projects, performed within the last three (3) years, which demonstrate offeror’s ability to successfully perform the work required under the RFP. 2) Organizational Approach, offeror to submit a management plan describing how they propose to accomplish the work required in the RFP. 3) Qualifications of Key Personnel, offeror to submit narrative descriptions of education, training and experience of each of the personnel which demonstrate their ability to successfully perform the work required under this Request for Proposal (RFP). This procurement will be advertised on an unrestricted basis open to large and small business concerns . The applicable NAICS Code for this procurement is 238220 with a Size Standard of $21.0 million. Before award of the contract, the contractor (if not a small business) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 and will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams. Small, small disadvantaged, woman-owned, HUB Zone and Service-disabled Veteran-Owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. The goals established for this project are as follows: 8(a) 12%, Other SDB 6%, WOSB 5%, Hubzone 3%, and SDV 3 %. NOTE: A Pre-Proposal Meeting will be held in July. (TBA) in Savannah GA. Attendance is strongly suggested. You are requested to e-mail your company name and all potential attendees’ name and e-mail addresses to Denise Butler at denise.butler@gsa.gov. The anticipated issue date of the solicitation is June 29, 2006. Request for Proposal anticipated due date will be July 28, 2006. To be included on the Bidder’s Mailing List (BML), please forward your Letter of Interest to the Contracting Officer, Denise Butler, General Services Administration, (GSA), Real Estate Design and Construction 4PGA, 401 W. Peachtree St. NW, Ste. 2500, Atlanta, GA 30308, or email to denise.butler@gsa.gov on or before June 22, 2006. Reference Solicitation number GS-04P-06-EXC-0126 on your request. THIS IS NOT A REQUEST FOR PROPOSAL. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-06-EXC-0126/listing.html)
 
Place of Performance
Address: SAVANNAH, GEORGIA
Country: US
 
Record
SN01166937-F 20061019/061017221817 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.