Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

Z -- Design-Build (DB) Replacement Fire Alarm System, Veach-Baley Federal Building, Asheville, North Carolina - Veach-Baley Federal Building Fire Alarm Statement of Work dated 7 October 2014

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-15-EX-C-0064
 
Point of Contact
William T. Peterson, Jr., Phone: 704 344-6196 ext 31
 
E-Mail Address
william.peterson@gsa.gov
(william.peterson@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Veach-Baley Federal Building Fire Alarm Statement of Work dated 7 October 2014 The U.S. General Services Administration (GSA) Southeast Sunbelt Region 4 announces the opportunity for a Design-Build (DB) Construction Contract for Replacement Fire Alarm System in the Veach-Baley Federal Building, 151 Patton Avenue, Asheville, NC 28801. This is a repair and alteration project for the design and installation of a new fire alarm in an existing building. The goal is to increase the level of life safety provided in this building by replacing the existing, obsolete fire alarm system. The new fire alarm system is to be voice evacuation-type system that meets the current requirements of the applicable codes and standards. The objective is to design and install a new fire alarm system and remove the existing fire alarm system. This project will progress in the following sequence: Design, Review and Construction. After the final design drawings have been reviewed and commented on by GSA, the corrected documents will serve as the basis for beginning the construction work. The estimated price range is between $1,000,000.00 and $5,000,000.00. The Design-Build (DB) Contractor shall provide a proposed project schedule. The Small Business Size Standard for NAICS Code 236220 is $36,500,000.00 in average annual receipts over the past three (3) years. Award will be based on the Lowest Price Technically Acceptable (LPTA) Source Selection Process. GSA anticipates awarding a firm-fixed price contract to the Lowest Price Technically Acceptable contractor. The Government would rank proposals based on price, and then evaluate the lowest-priced proposal for technical acceptability. If the lowest-priced proposal was determined to be unacceptable, the new lowest-priced proposal would be evaluated. This would continue until an award is made to the lowest-priced propoasl found technically acceptable. FAR 15.101-2 describes the Lowest Price Technically Acceptable (LPTA) source selection process as follows: (a) The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) When using the lowest price technically acceptable process, the following apply: (1) The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If the contracting officer documents the file pursuant to 15.304(c)(3)(iii), past performance need not be an evaluation factor in lowest price technically acceptable source selections. If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. However, the comparative assessment in 15.305(a)(2)(i) does not apply. If the contracting officer determines that a small business' past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). (2) Tradeoffs are not permitted. (3) Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. (4) Exchanges may occur (see 15.306). A selection will be made off of the following solicitation factors: 1. Experience on Similar Project This factor evaluates the extent of the Offeror's past experience as a firm in providing similar design and installation of a new fire alarm system to determine the firm's experience in completing the tasks detailed in the performance work statement. The Offeror must demonstrate successful experience as a General Construction (GC) Contractor responsible for the construction of at least three (3) similar projects substantially completed within the last seven (7) years. A "similar project" is defined as a project that is comparable in nature, type, and complexity as defined by all of the following characteristics: Project involved the design and installation of a new fire alarm system and removal of the existing fire alarm system; • Project was performed in an occupied and functioning office building; • Project involved all of the following disciplines - electrical, fire alarm, and telecommunications; • Project included Hazardous Material abatement (e.g., asbestos, lead, PCBs, mold, etc). • Project included requirements for noise control • The total project construction cost at award of the construction contract(s) was not less than $500,000.00. 2. Key Personnel This factor evaluates the Offerors' demonstrated qualifications of the key personnel. The Offeror must provide a Resume for the following Key Personnel: • Project Manager for Construction • On-Site Construction Superintendent • Quality Control Manager • Project Scheduler (Resume must indicate Scheduling Software experience (e.g., Primavera, Microsoft Project)) All Resumes must include the following information and may not exceed two (2) pages per Resume, and must explain how the proposed Key Personnel's experience meets the minimum requirements in Section VI.B for this contract: • Name and title • Project assignment • Name of firm with which associated • Years experience with this firm (in the key personnel's field of expertise/discipline) and years of experience with other firms (in the key personnel's field of expertise/ discipline) • Education degree(s), year, and institution • Active professional registration, year first registered, if applicable • Other experience and qualifications relevant to same/similar work required under this contract • List of projects in which the individual has worked to include Name of project(s) and project location(s) 3. Past Performance of Offeror This factor considers the past performance of the Offeror, and will be evaluated as part of the responsibility determination. The Offeror's past performance record must demonstrate satisfactory performance on at least three (3) comparable projects substantially completed within the last seven (7) years. Any proposal which does not demonstrate satisfactory performance on at least three (3) comparable projects substantially completed within the last seven (7) years will not considered technically acceptable. The Offeror must provide a GC Reference Form for each reference (a person or persons who may be contacted regarding the quality of the Offeror's past performance). The name, title, company name, current address, current phone number, and current fax number for each reference must appear on the form. All interested contractors must be registered in the System for Award Management (SAM) at https://www.sam/gov/sam to be eligible for award of Government contracts. Responses shall be submitted electronically via e-mail to William Peterson, Contracting Officer, at william.peterson@gsa.gov Oral communications, telecommunications, and faxed inquires or comments are NOT acceptable. The pre-proposal conference and site visit are scheduled for 1:00 pm, Wednesday, February 11, 2015 at the Veach-Baley Federal Building, 151 Patton Avenue, Asheville, North Carolina 28801.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-15-EX-C-0064/listing.html)
 
Place of Performance
Address: Veach-Baley Federal Building, 151 Patton Avenue, Asheville, North Carolina, 28801, United States
Zip Code: 28801
 
Record
SN03620622-W 20150123/150121234554-96c6b7bd2f51442049a13876bd715770 (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.