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
SOLICITATION NOTICE

Z -- Construction Services for the Replacement of Buried Steam and Condensate Lines - Upgrade I in Washington, DC

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS11P07MKC0085
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Description
The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for Construction Services for the Replacement of Buried Steam and Condensate Lines, Upgrade I, in Washington, DC. The proposed project will replace the buried steam service and condensate return lines of up to 20 of the buildings sites served by the steam distribution system (Base contract contains thirteen (13) building sites with an evaluated option of seven (7) additional building sites). The project is designed to minimize disruption to the tenants by scheduling the work to be performed while the lines are out of service, or by providing a temporary steam supply line to the building during the replacement of the lines. The sites are located within the central core of the District of Columbia (DC). Two phases are planned in total, with phasing summary as follows: Phase 1, Base contract contains thirteen (13) building sites [awarded September 2007; completed spring 2009]; Phase 2, Evaluated option of seven (7) additional building sites [Exercised September 2008; completed winter 2009]; The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction in accordance with the design specifications, drawings and terms and conditions of the contract. The estimated construction cost range is between $10 to 15 million (Subject to the availability of funds.). The Construction Performance Period shall not exceed 900 calendar days inclusive of evaluated option if exercised subject to funds availability; Competitive formal source selection procedures will be used in accordance with FAR 15.3. The contract will be Firm Fixed Price. The Best Value Continuum, Tradeoff Process is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. (Refer to actual RFP issued.) The Technical Evaluation Factors are: 1). EXPERIENCE. This factor considers the Offeror past experience in successfully completing projects, including at least three (3) projects that are similar to this project. (The term similar project shall be defined for evaluation purposes as noted in the RFP.) The Offeror shall submit a detailed description of each project, including the following data and or information (three minimum to six maximum): At least three (3) of the projects provided to demonstrate the Offeror experience must have at least one of each of the characteristics listed: (a). The utility installation which was completely below grade on a site that was located in an urban area. (b). The utility installation which was located within ten (10) feet of, or connecting to, at least one existing continuously occupied building. The adjacent building must be listed, or eligible for listing, on the National Register of Historic Places. (c). The project included the successful dismantling, movement, storage, replacement, restoration, and cleaning of existing historic stone, brick, or clay masonry structures on the building site. 2). PAST PERFORMANCE. This factor considers the extent of the offeror past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. Consideration includes: (a). The offeror has experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) office projects, within the past ten (10) years; (b). The offeror shall submit the following information on the two (2) minimum, up to seven (7) maximum for each submitted project, give project title, location and reference who may be contacted regarding the quality of your performance. Indicate name, title, company name, current company address, and phone number of each reference; although not mandatory, additional consideration will be given to projects within the past ten (10) years which have the following characteristics: The utility installation included in the Offeror's experience was High Pressure Steam Underground Heat Distribution System(s) with minimum working pressure of 150 psig (1034 kiloPascal (kPa)) steam at 366 degrees F (185 degrees C) and 125 psig (862 kPa) condensate at 250 degrees F (121 degrees C) or hot water at 450 degrees F (232 degrees C); and/or Contractor providing exterior buried factory prefabricated preinsulated or preengineered preinsulated steam and condensate piping systems. The project(s) was (were) LEED (Leadership in Energy and Environmental Design) certified by the US Green Buildings Council (USGBC). References must give favorable responses to questions on the Questionnaire (Figure 1) relevant to past performance and experience of the firm. Projects of all references contacted will have been completed in a timely manner, within budget and to the satisfaction of customer involved. 3). KEY PERSONNEL. This factor considers the qualifications of the key personnel proposed by the offeror to execute the contract requirements for the positions proposed. Offerors must submit resumes of the individuals proposed for the following positions: Contract Executive, Project Manager, General Superintendent, Project Scheduler, Project Coordinator, Safety and Health Officer, Waste Management Coordinator, Historic Preservation Specialist and Quality Control Supervisor. Considerations include: (a). Educational background; (b). Experience on similar projects in a position comparable to that for which they are being proposed; (c). Certification or professional registration held by the individuals proposed for key personnel positions. 4). MANAGEMENT PLAN & SCHEDULE. This factor considers the plan being proposed by the offeror to execute the work contained in the contract drawings and specifications. The Offeror must submit a proposed total contract duration in calendar days, which shall not exceed 900 days (30 months) from the Notice to Proceed. The duration proposed by the offeror, if successful on this procurement, shall become the official time of performance for this contract. Considerations include: (a). Submission of a detailed logic diagram, arrow on arrow (minimum 200 activities), illustrating the proposed sequencing of work and clearly defining the critical path. Submittals, including shop drawings and samples and long lead time items should be indicated as separate activities; (b). Submission of a tabular schedule printout indicating, at a minimum, activity, activity duration and total float; (c). Submission of a narrative management plan describing how the offeror intends to execute the work in the field. Particular attention should be placed on the sequencing of work and on how the offeror intents to manage their subcontractors in order to ensure a smooth working relationship with the occupants of the building. The offeror should also discuss their procedures to ensure strict quality control relative to both workmanship and materials. 5). SUBCONTRACTING PLAN. This solicitation is not set aside for small business, however this procurement is being made under the Small Business Competitiveness Demonstration Program. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and women owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small Disadvantaged, and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women owned small business concerns as subcontractors in the performance of this contract. If selected for award, the offeror subcontracting plan should be ready for approval without the need to obtain additional information. The GSA goals for subcontracting are as follows: small businesses at least 37% of total subcontracting planned; small disadvantaged businesses at least 6% of small business subcontracting planned; small women owned businesses at least 5% of small business subcontracting planned; HUBZone businesses at least 3% of small business subcontracting planned; Service Disabled Veteran owned businesses at least 3% of small business subcontracting planned; and Veteran Owned SB at least 5% of small business subcontracting planned. 6. APPRENTICESHIP PROGRAM. The Government will evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the contractor use of a registered apprenticeship program. (As used herein, the term registered apprenticeship program is a program that is registered with the United States Department of Labor or State Apprenticeship Council under 29 CFR Part 29.) The General Services Administration will only make this RFP available electronically at www.fedbizopps.gov. GSA intends to upload the RFP at this site on or about July 25, 2007. This site provides instructions for downloading the RFP. There will be no bidders list established for this solicitation. In accordance with the requirements of the RFP, all proposals shall be submitted by August 24, 2007, by 1:00 PM, EST to the following address: GSA, NCR, ROB, Bid Activity (WPY), Room 1065, Seventh and D Streets, SW, Washington, DC 20407. North American Industry Classification System (NAICS) Code is 238220 and the Size Standard is $13.0 million. This solicitation is not set aside for small business concerns. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. Women Owned Businesses are encouraged to submit a technical proposal and so state that they are Women Owned. All responsible sources may submit a technical proposal package, which will be considered by the agency.
 
Place of Performance
Address: Washington, DC
Zip Code: 20405
Country: UNITED STATES
 
Record
SN01341103-W 20070714/070712222034 (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.