Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
MODIFICATION

Z -- Demolition of the existing/Replacement of New High Temperature Hot Water (HTHW) Generator

Notice Date
7/12/2007
 
Notice Type
Modification
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIHOF2007001
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institute of Health, Contracting Office hereby issues the solicitation to enter into a Firm-Fixed-Price contract. The location of the construction site is: The National Institute of Environmental Health Sciences (NIEHS) in the Research Triangle Park (RTP). RTP, a science and technology hub was created by the state of North Carolina between Raleigh, Durham and Chapel Hill. Statement of Work: The contractor shall provide all services necessary for a turnkey project in accordance with the Contract construction documents and specifications. The contractor is to reference existing design drawings and specifications. The construction documents shall include, but not be limited to, all information necessary for: 1. The demolition of the existing HTHW Generator Nos. 1 and 2 and all associated firing controls and coal handling and ash conveying equipment (e.g., stoker, vacuum system, silo, etc.). 2. The installation of one (1) new 40 MBTUH HTHW generator, including associated equipment (e.g., pumps, central control and monitoring, etc.), piping, electrical, etc., and all revisions (e.g., structural) necessary to accommodate their installation. 3. All construction sequencing and phasing necessary to maintain continued operation of the HTHW system. At no time during the ensuing construction project shall the HTHW system be without two operationally ready HTHW generators. 4. All commissioning, testing, operator training, and project documentation. 5. All information for contractor access and temporary facilities. All proposals will be evaluated for: Experience of the Firm - Relevant technical knowledge, specifically experience with Selective Demolition and Installation of HTHW Generators and Steam Boilers of approximately 40 million BTU?s, including utilities and systems and Selective Structural and Architectural demolition and construction,Construction Schedule Management Past Performance - Quality of Workmanship, Customer Satisfaction, Timeliness of Performance Note: Evaluation of the offeror?s past performance will be completed to determine how well the offeror has performed work of similar size and complexity to the procurement under consideration, the relevance of each past performance evaluation to the Statement of Work /Specifications/ Drawings and customer satisfaction. The Government may contact references other than those identified by the offeror and the information received may be used in the evaluation of the offeror?s past performance. Experience of Management Team - Key Personnel - Availability and specific experience; Project Manager and Site Superintendent Performance Period ? Provide an innovative construction schedule and work plan to perform work in its entirety within the shortest realistic completion schedule (Maximum Period of Performance Not-To-Exceed - 24 Months (mandatory)) and Contractor to provide a narrative of construction activity sequencing and time savings associated with sequence. Price - Evaluation under this factor will include an assessment of offered prices for reasonableness. Price reasonableness determination will be made on all line items. The Government will evaluate offers for award purposes by adding the total price for all Contract Line Item Numbers (CLINS) for the requirement. The Government may determine that an offer is unacceptable if the CLINs are prices significantly unbalanced. Award will be made to the offeror whom the Government determines capable to accomplish the necessary work in the manner most advantageous to the Government on a best value basis. A FORMAL SITE VISIT will be conducted. Specifications are only available on the Federal Business Opportunities (Fed Biz Ops) Web Page at www.fbo.gov . Hard copies will not be available. This procurement is 100% small business set-aside under NAICS Code of 236210 with a size standard of $31.0 Million
 
Place of Performance
Address: National Institutes of Health, Office of Acquisitions ? ORF, Facilities Services Contracting Branch, P.O. Box 12233, 111 T. W. Alexander Dr., bldg 102, room S158B, Research Triangle Park, NC,
Zip Code: 27709
Country: UNITED STATES
 
Record
SN01340458-W 20070714/070712220707 (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.