Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

61 -- Switchboard/Switchgear Replacement - Solicitation 1

Notice Date
3/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Atlanta Property Development Division 4PCB, 401 West PeaqchtreetStreet, Suite 2500, Atlanta, Georgia, 30354
 
ZIP Code
30354
 
Solicitation Number
GS-04P-09-EX-C-0043
 
Archive Date
4/21/2009
 
Point of Contact
Bernice Jackson,, Phone: (404) 331-4616
 
E-Mail Address
bernice.jackson@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
CONTRACTOR'S QUALIFICATIONS PAYMENT BOND PERFORMANCE BOND REQUEST FOR PROPOSALS This is a Request for Proposal posted to allow the General Services Administration (GSA) the opportunity to announce its intent to solicit for qualified Electrical Contractors for the Switchboard/Switchgear Replacements planned for three U.S. Federal Buildings in Savannah and Brunswick Georgia. The project consists of design and construction services as required for the removal and replacement of the entire switchgear/switchboard assembly in each of three buildings along with all necessary wiring and ancillary equipment, as well as any temporary installations that may be necessary. The General Contractor is responsible for coordination with local electricity providers for shut downs and start-ups as necessary. Owner will provide designated periods for when work is to take place. The address for each of the three Federal Buildings is as follows: Tomochichi FB-CT, located at 125 Bull St., Savannah, Ga. 31401; U.S. Custom House, located at 1-3 East Bay St., Savannah, Ga. 31401; Frank M Scarlett FB, located at 805 Gloucester St., Brunswick, Ga. 31520. The estimated dollar amount of the project is between $500,000.00 and $1,400,000.00. For this procurement, the technical factors (when combined) are significantly more important than price in accordance with FAR Part 15.101-a (2). EVALUATION FACTORS, listed in descending order of importance: 1) PAST PERFORMANCE/PAST EXPERIENCE - Offeror to submit narrative descriptions of two (2) related projects, performed within the last five (5) years, which demonstrate offeror’s ability to successfully perform the work required under the required Request for Proposal (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 RFP. The project completion date is approximately 180 days after issuance of the Notice to Proceed. The offeror must provide a statement from their federally approved bonding corporate surety, certifying there bonding capacity for this project. Bonds, Insurance and Security Clearances will be required prior to the start of any work. All offerors shall be registered within the Central Contractor Registration (CCR), http://ccr.gov. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement will be advertised on an unrestricted basis open to large and small business concerns. The applicable NAICS Code for this procurement is 238210 with a Size Standard of $13.0 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: SB 62.59%, 8(a) 12%, Other SDB 6%, WOSB 5%, Hubzone 3%, and SDVOSB 3 %. NOTE: A Pre-Proposal Meeting will be held on March 11th 2009. Opportunity will be given to visit all three buildings throughout the day beginning at 8:00 AM at the Tomochichi FB-CT, located at 125 Bull St., Savannah, Ga. 31401. Attendance is strongly suggested. The anticipated issue date of the solicitation is on or about March 5, 2009. Request for Proposal anticipated due date will be on or about April 6, 2009 and proposal will be due 30 days after issuance. To be included on the Bidder’s Mailing List (BML), please forward your Letter of Interest to the Contracting Officer, Bernice Jackson, General Services Administration, (GSA), Real Estate Design and Construction 4PGA, 401 W. Peachtree St. NW, Ste. 2500, Atlanta, GA 30308, or email to bernice.jackson@gsa.gov on or before March 4th, 2009. Reference Solicitation number GS-04P-09-EXC-0043 on your request.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d4b2a55d78056fadf05de76d5e35a9e7&tab=core&_cview=1)
 
Place of Performance
Address: 401 W. Peachtree Street NW, Room 2500, Atlanta, Georgia, 30309, United States
Zip Code: 30309
 
Record
SN01762737-W 20090307/090305220541-38be30a5c1fc55c7208c19639b5403df (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.