Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2007 FBO #2146
MODIFICATION

Z -- Energy Management System Upgrade

Notice Date
10/10/2007
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building 20 N 8th Street, 8th Floor, Philadelphia, PA, 19107-3191, UNITED STATES
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-07-AZ-C-0058
 
Response Due
10/24/2007
 
Archive Date
11/7/2007
 
Point of Contact
Sharyn Beasley, Realty Services Technician, Phone (215) 446-4716, Fax (215) 209-0401, - Michelle Holland, Contract Specialist, Phone (215) 446-4686, Fax (215) 209-0629
 
E-Mail Address
sharyn.beasley@gsa.gov, michelle.holland@gsa.gov
 
Description
The proposal due date for the below listed project is extended to October 24, 2007, 2 p.m. eastern time. Synopsis / Solicitation for Energy Management System Upgrade at the Robert N. C. Nix, Jr. Federal Building and Post Office located at 900 Market Street in Philadelphia, Pennsylvania 19107. This procurement is an unrestricted competition in the designated industry category of 238210, Electrical Contractors, (specifically Control Systems), in accordance with The Small Business Competitiveness Demonstration Program. This project is a negotiated procurement with Definitive Responsibility Criteria and includes but is not limited to the following work: BASE is for the replacement of building automation system?s controller?s front end and other components; replacement of select variable frequency drives that supply fans for Air Handling Units; replacing sensors, dampers and valve actuators; and retrofitting of select lighting fixture ballasts, reflectors and lamps; along with verification of the entire control system with the period of performance of 180 calendar days. Option 1 is to provide a lighting control system for the connection of select lighting fixtures to the building automation system with a period of performance of 30 calendar days. Option 2 is for the replacement of the building automations system?s controllers and control valves for the fan coil units with a period of performance of 60 calendar days. The approximate duration of the entire project is 270 calendar days. Estimated price range is between $500,000 and $1,000,000. The NAICS Code is 238210. The solicitation will be issued on or about September 7, 2007. Interested parties should fax a request to GSA at (215) 209-0629. A written request will also be accepted at General Services Administration, PBS, Philatlantic Service Center (3PP), The Strawbridge?s Building, 8th floor, 20 N. 8th Street, Philadelphia, PA 19107. Point of Contact: Sharyn Beasley at (215) 446-4716. The Contracting Officer for this project is Michelle T. Holland. NO TELEPHONE REQUESTS WILL BE ACCEPTED!! This solicitation will be issued as full and open negotiated procurement under the Small Business Competitiveness Demonstration Program IN THE DESIGNATED INDUSTRY CATEGORY OF 238210, ELECTRICAL CONTRACTORS (specifically Control Systems). The selection of contractors will be pursuant to the best value concept. All proposals received under this Request for Proposals will individually be ranked based on technical and price proposals submitted in comparison to the criteria listed below. Award will be made to the offeror whose proposal offers the best value in terms of technical capability and price. (For this procurement, demonstrated technical capability is more important than price). AWARD MAY BE MADE WITHOUT DISCUSSIONS. The Definitive Responsibility Criteria are as follows: General Construction Offerors Past Experience including Project Manager and Superintendent; Electrical Subcontractor definitive responsibility criteria; and Technical Approach / Implementation Plan. In order for the offeror to be deemed responsible, which is a mandatory condition for award of the contract, both contract Offeror and the subcontractor, who will perform work under the contract MUST meet certain criteria. The Offeror must submit evidence demonstrating that the offeror meets the definitive responsibility criteria for the general construction contractor with the proposal, including the Project Manager and the Superintendent. The offeror with the proposal must submit evidence demonstrating that the proposed subcontractors meet the applicable responsibility criteria. FAILURE TO SUBMIT THE REQUIRED EVIDENCE AND RELATED INFORMATION AS REQUESTED BY GSA WILL RESULT IN A FINDING OF NON-RESPONSIBILITY as defined by FAR Part 9. FACTOR 1. The General Construction Contractor?s proposal must provide a list of at least five (5) successfully completed within the last ten (10) years that demonstrate the company?s energy management system replacement experience in fully occupied multistory buildings with a contract award of $500,000.00 or more in terms of complexity, size and dollar value. Projects deemed to have been successfully completed are those which were considered to be successful by the building owner, or their representative, with respect to schedule, cost and quality of work. Also, projects listed should demonstrate the offerors ability to maintain uninterrupted operations in any area affected by the project. Projects not meeting this requirement will NOT qualify. For the evaluation criteria listed above, the offeror will be required to provide the following information for each project identified: ? Name and location of the project ? Description of the project ? Description of the actual work performed on the project ? Dollar Value of the project which is to include: 1. Construction Cost of initial estimates 2. The Award Amount 3. Final cost at Construction Completion ? Owner?s name, telephone number, and address (MUST BE VALID) ? Owner?s requested completion date and the actual completion date In addition, list all GSA projects that the firm worked on within the past five (5) years. The offeror will be required to provide the above information for each GSA project along with the GSA contact and telephone number and location of the project. Sub-factor: Definitive responsibility criteria must be met for the offerors (general contractor?s) designated full-time on site project Manager and Superintendent for the proposed project. Subcontractors cannot fill these positions; the personnel are required to be employees of the general contractor. Offeror shall submit complete resumes for the Project Manager and the Superintendent listing their education, training, qualifications, and experience relative to the tasks they will be performing. The criteria is as follows: 1. The Project Manager and the Superintendent must have been an employee of the bidder / offeror for at least the previous two year period. 2. The Project Manager and Superintendent must have at least five years in the controls industry with experience in occupied facilities. Experience is to include the installation, validation, commissioning, trouble shooting and all other activities related to the successful installation / replacement of the energy management system. NOTE: During construction, the position of the Project Manager and the Superintendent cannot deviate from the individuals contained in the proposal without prior approval by GSA. FACTOR 2. Sub-contractor?s Qualifications. Definitive Responsibility Criteria for Electrical Subcontractor: 1. Definitive responsibility criteria for subcontractor performing electrical work MUST be met and demonstrated as a condition of contract award to the offeror. In addition to meeting the experience, and qualification requirements set forth in the technical sections of the specifications for the work they will perform, the electrical subcontractor must demonstrate a past relationship with the offeror, and successful experience on two projects, completed within the last five (5) years, one (1) of which was $500,000 or more. One of the two projects must have involved the replacement of an energy management system in a fully occupied multistory building as described above for the general contractor. This experience may be with any general contractor. Offeror may propose more than one and a maximum of four potential electrical subcontractors. If none of the proposed subcontractors meet the required criteria, the offeror will be determined non-responsible. FACTOR 3. Technical Approach / Implementation Plan. The offeror shall fully discuss in narrative form the following: a. Please provide a narrative describing the team approach to planning and administering the installation / replacement of the energy management system. The narrative should provide the following information on your approach: ? Staffing ? Provide an estimate of the number and type of individuals that will be used to execute the contract requirements and duration. ? Sequence of Work ? Provide sufficient information to ensure that the contractor fully understands the requirements of the work. ? Scheduling of outages / downtime ? Explain how will change over from the existing controllers to the new controllers will be handled? Is it expected that this work will be done during normal hours (equipment in hand mode) or after hours? ? QA / QC for verification of sequences and operation of existing devices ? Explain how the contractor will ensure the government that QA / QC functions are being incorporated during all phases of the project. ? Provide which portions of the scope of work you (the offeror) will be performing and which portions of the scope of work will be subcontracted. ? List any other project challenges that you foresee (i.e. phasing, outages, downtime, etc? ? Describe what measures you intend to implement in order to minimize disruption of the occupied facility during the construction operations. b. Scope of Work / Preliminary Schedule ? Please provide a preliminary work plan outlining the major construction activities including their scope of work, duration and anticipated schedule. The work plan activities should be present in chronological order as related to construction logic. NOTE: This project includes Sensitive But Unclassified (SBU) building information. The Offeror must submit the attached DOCUMENT SECURITY FORM SIGNED BY THE OFFEROR. The document requires a copy of the business license, a DUNS Number and IRS TAX ID Number. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-OCT-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/3PPRE/GS-03P-07-AZ-C-0058/listing.html)
 
Place of Performance
Address: Robert N. C. Nix, Jr. Federal Building and Post Office 900 Market Street Philadelphia, Pennsylvania
Zip Code: 19107
Country: UNITED STATES
 
Record
SN01432068-F 20071012/071010230955 (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.