Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2014 FBO #4529
SOLICITATION NOTICE

Y -- DFC Substation Replacement

Notice Date
4/17/2014
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Denver Federal Center Svs Center Division (8PSDP), 6th and Kipling Street, Building 41, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
GS-08P-14-JA-C-0029
 
Point of Contact
Sarah C. Huddle, Phone: 303-236-2587
 
E-Mail Address
Sarah.Huddle@gsa.gov
(Sarah.Huddle@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) is initiating a firm-fixed price, design-build replacement of the X side of the main substation at the Denver Federal Center. This requirement is considered to be high risk work based on the fact that is being performed in a high voltage area that supplies power to the entire Denver Federal Center Campus. All work to be performed in this requirement is inclusive of all items in the Scope of Work, Specifications, and Drawings documents, to include: a. Engineer the replacement of the X side of the main substation. b. Remove existing X grid 15MVA substation transformer. c. Remove existing 15kV overhead busway. d. Remove existing X grid switchgear. e. Install new 15kV underground ductbank from existing transformerto existing switchgear pad. f. Purchase and install new 15MVA substation transformer. g. Purchase and install new 1200 amp, 15kV switchgear lineup. h. Reconnect existing feeders to new GE PowerVac circuit breakerswith SEL relays. i. Remove and replace the (24) existing GE numerical relays with new solid state SEL devices with Arc-Flash mitigation settings (X &Y side of substation). j. And all other subsequent requirements from this work. **Estimated Price Range: Between $1,000,000.00 and $5,000,000.00. **NAICS Code and Title: 237130, Power and Communication Line and Related Structures Construction **Small Business Size Standard: $33.5 million **In accordance with FAR 52.219-14 Limitations on Subcontracting (NOV 11) (3) The selected Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. TYPE OF SETASIDE: This procurement is set aside for award to a Total Small Business. OFFERS FROM LARGE BUSINESS WILL NOT BE CONSIDERED. LOCATION OF THE WORK: Lakewood, Jefferson County, Colorado TENTATIVE DATES: ** Issuance of Request for Qualifications: Approximately on May 2, 2014. ** Proposals Due: Approximately on June 2, 2014. ** Issuance of Request for Proposal: Approximately on June 25, 2014. ** Pre-Proposal On-Site Walk Through: Approximately on August 13, 2014. ** Award Date: Approximately on September 17, 2014 ** Completion of Contract Performance: November 30, 2015 PROCEDURES FOR AWARD: A solicitation will be issued requesting the offeror's qualifications and technical approach. Based on those evaluations, a maximum of five (5) companies will be invited to respond to the Request for Proposal in accordance with FAR 36.303-1. A request for proposal will be issued requesting both written technical, and price proposals. The evaluation will be based on best value. The Government intends to award without discussions but reserves the right to do so. PLAN AVAILABILITY: The solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments. AWARD RESTRICTIONS: This procurement is offered for competition limited to eligible, Total Small Businesses. FUNDS AVAILABILITY: Issuance of this Solicitation does not warrant that funds are presently available for award of a Contract. Award of the Contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under this Solicitation in advance of such time as funds are made available to the Contracting Officer for the purpose of Contract award. OPTIONS: The Government anticipates that certain line items will be delegated as options and will be included in the solicitation and will be considered in evaluation of offers. BONDING: There will be bid, payment and performance bonds required up to $5,000,000.00. SECURITY: Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award. IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project. ELIGIBLE OFFERORS: All responsible Small Business firms may submit a proposal which shall be considered by the agency. To be eligible for award, contractor must be registered with the System for Award Management (SAM) at http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-14-JA-C-0029/listing.html)
 
Place of Performance
Address: Denver Federal Center, W 6th Ave and Kipling Street, Denver, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN03341454-W 20140419/140417234919-28c4c88fe2025a5500ed20240ee38d27 (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.