Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOLICITATION NOTICE

Y -- RECOVERY: SYNOPSIS FOR DESIGN/BUILD BUILDING INTEGRATED PHOTOVOLTAIC ROOF AT CLEVELAND FEDERAL BUILDING AND VEGETATIVE ROOF AT THE RUDMAN FEDERAL COURTHOUSE, LOCATED IN CONCORD, NH, SOLICITATION NO.: GS-01P-10-BZ-C-0013.

Notice Date
1/13/2010
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), North Service Center (1PK), 10 Causeway Street, Boston, Massachusetts, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
1PCS-10-0054
 
Point of Contact
Kathleen M Brock, Phone: 617-565-8283, Donna Maffeo, Phone: (617) 565-6012
 
E-Mail Address
kathleen.brock@gsa.gov, donna.maffeo@gsa.gov
(kathleen.brock@gsa.gov, donna.maffeo@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This project is an American Recovery and Reinvestment Act project. The United States General Services Administration has a requirement for the selection of a quality "turnkey" contractor for the Design-Build of a 30kW minimum grid-tied Building Integrated Photovoltaic (BIPV) Roof at the Cleveland Federal Building and an Extensive Vegetative Roof at the Rudman Federal Courthouse in Concord, New Hampshire. This project is to be awarded as a firm fixed price contract. The work includes but is not limited to design and construction of two roofing systems: contractor to provide all supervision, labor, materials and equipment necessary to remove and replace existing roofs, including design, installation commissioning and operations and maintenance of a 30kW minimum grid-tied BIPV Roof System for the Cleveland Federal Building and an Extensive or Modular-Tile Vegetative Roof System for the Rudman Building. The estimated cost of construction is between $1,000,000.00 and $5,000,000.00. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. Award may be made without discussions. The technical evaluation factors for the evaluation process are, in descending order of importance: 1.Past Performance on Similar Projects, 2. Key Personnel Qualifications, 3. Project Management and Project Delivery Plan, 4. Design Development and 5. Small Disadvantaged Business Participation. The NAICS code applicable to this project is 238160. The small business size standard is 14.0 M. This procurement is being solicited on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. Small business concerns, including HUBZone, veteran-owned, service-disabled veteran owned, disadvantaged, 8(a) and women-owned businesses are encouraged to submit proposals. A Pre-proposal conference will be held at the Cleveland Federal Building and the Rudman Federal Courthouse on a date to be determined. PRIOR NOTIFICATION of attendance to this conference is MANDATORY due to building security. Please provide your Company name and all potential attendees' full names to Kathleen M. Brock via email: kathleen.brock@gsa.gov, reference Solicitation Number GS-01P-10-BZ -C-0013. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. Interested Parties/How to Offer: The Solicitation (RFP) will only be available electronically. It will be available on or about January 29, 2010. The solicitation will be available on the FedBizOpps website. The solicitation (specifications, drawings) can only be obtained by accessing a special section of the secure website known as the Federal Business Opportunities (FedBizOpps). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation (specifications, drawings, clauses and bid forms) and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedBizOpps website, www.fbo.gov or the CCR website, www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK/1PCS-10-0054/listing.html)
 
Place of Performance
Address: 55 Pleasant Street, Concord, New Hampshire, 03301, United States
Zip Code: 03301
 
Record
SN02041604-W 20100115/100113235156-97fa0133fc0d3c8dc9cbde356af3e6a2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.