Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

59 -- Building Controls System Upgrade - Package #1

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Brooklyn/Queens/Long Island Acquisition Unit (2POA-B), 625 Fulton St. (10 Metrotech), 7th Floor, Brooklyn, New York, 11201
 
ZIP Code
11201
 
Solicitation Number
GS02P09P-C0015
 
Point of Contact
Laureene Jackson Jackson, Phone: 718-254-7132, John Bellington, Phone: 718-254-7106
 
E-Mail Address
laureene.jackson@gsa.gov, john.bellington@gsa.gov
(laureene.jackson@gsa.gov, john.bellington@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The contractor awarded a contract resulting from this solicitation must provide the government with a performance bond in the amount of 100% of the bid submitted for this procurement. All contractors should carefully read and complete this price proposal form. Ensure you submit a price for all base bid line items and alternate line items. The BCS Solicitation Cover Page provides important details relating to the proposal response due date, and subcontracting requirements. The contractor awarded the contract resulting from this solicitation must provide the government with performance and payment bonds in the amount of 100% of the bid price. All contractors submitting proposals for this acquisition are required to provide resumes for the key personnel who will be performing duties as described in the specifications for this project. Ensure you contact the contracting officer to request a copy of the specifications for this procurement. In order to receive specfications, contractors must complete and submit the document security form issued in the pre-solicitation notice posted for acquisition. Contractors submitting proposals for this procurement are required to provide resumes showing the qualifications of their key personnel who will be performing the duties desdribed in the scope of work. The scope of work will be provided to contractors who provide identification documentation. The pre-proposal conference is scheduled for April 22, 2010. Please contact Ms. Laureene Jackson at 718-254-7132, or Mr. Nelson Jew at 718-254-7079 for details. By Chapters 513 and 514, Laws of 1974, the New York State Legislature amended Sections 1115(a) (15) and (16) of the Tax Law so as to exempt from New York State and local sales and use taxes tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of the United States Government or adding to, altering or improving, maintaining, servicing or repairing real property of the United States Government; provided, however, such tangible personal property is to become an integral component part of such structure, building or real property. Building Controls System Upgrade: Building Controls System Upgrade Special Notice Building Controls System Upgrade Source Seleciton Basis For Award Explanation Building Controls System Upgrade: Building Controls System Upgrade : Building Controls System Upgrade Alternates: Current Davis Bacon Wage Determination No. NY100003 Issued March 26, 2010 Building Controls System Upgrade: Section 120: Supplemental Instructions To Offerors Standard Form 1442: Building Controls System Upgrade: Solicitation No. GS02P09PCC0015 Title: Building Controls System Upgrade Description: The Contractor shall provide all management, supervision, labor, materials, supplies, tools and equipment for the Building Controls System Upgrade, located at the Joseph P. Addabbo, Federal Office Building, One Jamaica Plaza Center, Jamaica New York 11434. This project includes base bid line items and alternate bid line items. Contractors are required to submit a price for all line items. This procurement is open to both small and large business concerns under NAICS code 238210. This solicitation, including any documents related to this procurement will be available on the Internet only, on or about, April 5, 2010. Interested parties may request copies of these documents by completing the "Document Security" form at the end of this notice, at the end of this notice, and FAXING their request to (718)254-7085, ATTN: LAUREENE JACKSON. Copies of valid driver's license must accompany disclosure statement forms. It is the offeror's responsibility to monitor this site for the release of the solicitation and any amendments. Offerors are also responsible for downloading their own copy of the solicitation and amendments. These documents will be in PDF format and may be accessed on the Internet at http://www.fedbizopps.gov. This site provides instructions for downloading the solicitation file, Offeror's will require a PASSWORD to access this site. ONLY OFFEROR"S that submit a "Document Security" form will be allowed to visit and download the solicitation and all associated documents. This procurement is open to both small and large business concerns. DOCUMENT SECURITY (NOTICE TO PROSPECTIVE BIDDERS/OFFERORS). This solicitation includes Sensitive but Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criteria to determine authorization is need-to-know. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. Total duration for this project is approximately 12 (months). All firms in order to do business with the Federal Government or prior to any award resulting from this announcement must be registered in the Central Contractor Registration (CCR) System, access via internet at http://www.ccr.gov, or call 1-888-2423, or 269-961-5757. The scope of this project is to make additions and modifications to the existing digital building control system (BCS) at the Joseph P. Addabbo Federal Office Building, in Jamaica, New York. This will be a design-build project wherein a comprehensive scope of work, program requirements and schematic drawings will be provided and the contractor will develop detailed working drawings for review and approval in accordance with the provided documentation. In summary, certain existing building components that are currently on an older pneumatic analog control system are to be transferred over to the aforementioned existing digital building control system, which consists of EasyControls LonMark System components from Distech Controls. The intent is that the new work, including control panels and hardware, network architecture and configuration, software and programming, etc., shall match the existing digital BCS system to ensure complete seamless integration and compatibility. The equipment to be transferred to the digital BCS include HVAC (standalone A/C units, pumps, boilers, chilled water plant components, etc.), electrical (power monitoring, UPS backup generators, battery backup systems, etc.), and other similar building equipment. Existing pneumatic control devices such as dampers and actuators are to be replaced with electrical/electronic units and related interposing devices and ancillary material/equipment as required in order to interface with the digital BCS. Potential contractors must be certified and/or authorized distributors and installers of the digital control system components indicated above and indicate certification status in their response to this announcement. Offerors will be required to submit proof of such certification. Prospective contractors are advised that they will be required to demonstrate satisfactory experience and past performance on similar projects, summarized as follows. Offerors shall provide references/examples of experience and past performance for a minimum of three comparable projects completed in the last three to give years that demonstrate experience that is similar in size, scope and complexity to the requirements of this project. Offerors will also be required to submit qualifications of key personnel such as design professionals, project managers, supervisors, etc., that will be assigned to the project. In addition, offerors will be required to submit narratives describing management approach and capabilities as related to the performance of this project. Complete submission requirements will be contained in the solicitation package. Signature:____________________________________ Date: ____________________ Title: _________________________________________ (Attach Copy of Business License) ____________________ Company Name: Address: _____________________________________________ Telephone: ________________________________FAX Number: ___________________________ Federal IRS (Tax ID): ___________________________________ DUNS #: ________________________Email: _____________________ GSA USE ONLY; INFORMATION VERIFIED: /___/ YES /___/CONTRACTING OFFICER: LAUREENE JACKSON / NOTES: Primary Point of Contact Laureene Jackson, contracting officer, Phone 718-254-7132, Fax 718-254-7085, Email Laureene.Jackson@GSA.GOV John Bellington, Supervisory Contract Specialist (718) 254-7106, Fax (718) 254-7085, Email John.Bellington@GSA.GOV Contracting Office Address: 10 Metrotech @ 625 Fulton Street, 7 th Floor Brooklyn, New York 11201 Place of Contract Performance Joseph P. Addabbo, Federal Office Building One Jamaica Center Plaza Jamaica, NY 11434 Pre-Proposal Conference a) A pre-proposal conference will be held will be held at the Joseph P. Addabbo Federal Office Building. Location: One Jamaica Plaza Center, Jamaica, NY 11432. Contact Ms. Laureene Jackson for scheduling details. b) Your participation is encouraged, although attendance is not mandatory. The conference will provide an opportunity for discussion of the nature of the work and problems that may be entailed, as well as to answer questions concerning contract provisions and requirements, including drawings and specifications. Offerors are requested to submit questions relative to the solicitation documents in advance of the meeting so that the Contracting Officer may prepare responses. c) No oral statement made by a Government representative during the pre-proposal conference, nor any written record of such oral statements, as may be made and subsequently furnished to the offeror, will be deemed to have the effect of adding to, modifying, or otherwise varying from the written provisions of the request for proposals (including, but not limited to specifications, drawings and written amendments to the solicitation). In the event the discussion or questions raised during the pre-proposal conference indicate a need to modify the request for proposals, an amendment to the solicitation will be issued in writing; any such amendment to the solicitation must be acknowledged in the same manner and under the same conditions as all other written amendments to a solicitation (see Provision Nos. 4 & 5, GSA Form 3502, "Solicitation Provisions, (Negotiated)," Volume I).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCB/GS02P09P-C0015/listing.html)
 
Place of Performance
Address: Joseph P. Addabbo Federal Office Building, One Jamaica Center Plaza, Jamaica, New York 11432, Jamaica, New York, 11432, United States
Zip Code: 11432
 
Record
SN02119593-W 20100414/100412235035-92b2cc4b4d996192460fed4181000c10 (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.