Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
SOLICITATION NOTICE

Y -- DESIGN-BUILD UTILITY SYSTEMS SEPARATION, ALBUQUERQUE, NM

Notice Date
10/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), New Mexico Service Center (7PWN-FW), 819 Taylor Street, Room 12B14, Fort Worth, TX, 76102-6181, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-07P-06-UFC-0027
 
Description
SUBJECT: DESIGN-BUILD UTILITY SYSTEMS SEPARATION, ALBUQUERQUE, NM. POC Kathey Thury, Contracting Officer, Telephone 817-978-7349; Fax 817-978-7017; Email address: kathey.thury@gsa.gov; NAICS CODE 236220; Solicitation Number GS-07P-06-UFC-0027. Provide all labor and materials for completion of design and construction of Utility Systems Separation at three Federal Buildings in Albuquerque, NM. Project entails severing two existing Federal Buildings from existing hot water/chilled water and utility central plant at a third Federal Building. Both buildings will be converted to complete stand-alone utility and mechanical systems. Project will include installation of new chillers, boilers, cooling towers, pumps, domestic hot water heaters, and controls. Project will also include tie-in, re-routing, and demolition of existing mechanical, electrical, and communications systems as required to make buildings independent. GSA will provide documentation depicting the existing building conditions for this project. The project will be designed and constructed in soft Metric units. The Guaranteed Maximum Price cost range for this project is $3,000,000 - $5,000,000 including design and construction. The scope of design/build services may require, but is not limited to: construction drawings, specifications, cost estimates, Value Engineering services, computer aided design and drafting (CADD), project scheduling, submittal preparation, construction quality control, construction, preparation of as-builts, post construction services, and commissioning. The design will include consideration for sustainable design features including LEED certification and EPACT 2005 compliance. The work will require coordination with the GSA Property Manager, Construction Manager, Building Tenants, and other Government Contractors. Capabilities to sequence and schedule the work and quality control for the design and construction efforts are required. The existing facilities must remain operational during business hours throughout this project. It will be the responsibility of the Offeror to: design this project and achieve construction in budget; construct the new facility; complete the design and construction (including Commissioning) within 36 months of Notice to Proceed. This acquisition will implement a Two-Stage Design-Build Source Selection Process. The Stage One Request for Qualification (RFQ) will identify those firms which are the most highly qualified. A maximum of five (5) firms will be selected for consideration for the Stage Two Request for Proposal (RFP). The short list will be based on the firm?s submittals in response to the Stage One RFQ. The Stage Two RFP submission will be the basis for the final selection. Those firms included in Stage Two will be required to prepare fully developed technical and price proposals. Stage Two firms will be provided pertinent information regarding the design and programming requirements. The names of the offerors selected to participate in Stage Two will be published in FedBizOpps. The offerors selected to participate in Stage Two will be notified of the submittal requirements for Stage Two. Offerors can be partnership, corporation, association, and /or other legal entity which will have contractual responsibility for the project. A proposed joint venture must provide profiles for all firms in the joint venture. A Pre-proposal Conference will be held during Stage Two. A time and location for this Conference will be advertised in a forthcoming FedBizOps announcement. The source selection technical evaluation factors for Stage One are listed in descending order of importance as follows: Offeror?s Past performance on Similar Projects; Offeror?s Experience on similar projects; Experience and Past Performance of Key Personnel; Management Approach. It is not essential that the proposed design build team members have completed work together previously; however the submittal should demonstrate the ability of the component firms to form an effective and efficient team. Stage Two will require submission of technical and price proposals. Proposals will be evaluated on the basis of best value to the Government. Factors will include price, technical merit, and lifecycle energy cost. In addition, a bid guarantee in the amount of 20% of the offer will be required of offerors participating in the Stage Two competition. The successful Offeror will be required to provide the maximum practicable subcontracting opportunities for small business concerns, small business concerns owned and controlled by socially and economically disadvantaged individuals, woman owned small business, service disabled veteran-owned business, and HUBZone small business concerns to participate in this contract. Stage Two offerors will be required to submit a subcontracting plan with their proposal. (Small businesses are not subject to this requirement.) This procurement is unrestricted. All responsible firms are invited to submit a proposal to the Stage One Request for Qualification (RFQ). Firms interested in receiving the RFQ should submit a letter of interest by e-mail to kathey.thury@gsa.gov or FAX at (817) 978-7017, Attn: Kathey Thury, Contracting Officer. This request shall include the company?s name, DUNS number, Tax ID # mailing address, phone number and E-mail address. The company will then be required to review, complete and return the Document Security Notice (DSN) and a copy of their business license or comparable to the POC. If your firm responded to the sources sought the POC will be e-mailing you the DSN within the next seven calendar days. The RFQ is expected to be issued on or about November 21, 2006 to all accepted firms who have submitted the information above. Closing date and time for submittal of the RFQ is December 15, 2006 at 3:00pm, CST. Questions shall be received in writing by email or FAX to the POC until 3:00pm, CST, December 5, 2006. Each firm will be required to submit 1 original and 5 copies of the RFQ. Point of Contact Kathey Thury, Contracting Officer, Phone 817-978-7349, Fax 817-978-7017, Email kathey.thury@gsa.gov
 
Place of Performance
Address: ALBUQUERQUE, NM
Zip Code: 87102
Country: UNITED STATES
 
Record
SN01173195-W 20061101/061030220648 (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.