Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
MODIFICATION

41 -- Fort Worth Lanham Chiller Replacement - Amendment 1

Notice Date
4/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQB), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-15-JU-C-0022
 
Point of Contact
Ky Nguyen-Zubroski, Phone: 8178508479
 
E-Mail Address
ky.nguyen@gsa.gov
(ky.nguyen@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment 1 20150401 Proposal due date extended to April 20, 2015. The General Services Administration, Public Building Service, Region 7, intends to solicit proposals for the removal of one 750 Ton and one 500 Ton existing water cooled chiller located in the Fritz Lanham Federal Office Building at 819 Taylor Street. The contractor will also be required to replace the old chillers with new units. This project also includes the removal of cooling tower #4 from the 14th floor roof. No new cooling tower will be installed. Offerors will be expected to furnish all labor, tools, materials, equipment, supplies and supervision to perform the removal and replacement services. The current units are physically located in the 14th floor penthouse and can be removed through the large existing pneumatic louvered assembly. A crane will most likely be required to remove the existing units and for installation of the new units. Removal includes recovering refrigerant, disconnecting all electrical, controls and piping to the chillers/tower. The new unit types are as follows: one 750 ton and one 475 ton, nominal capacity, equal to or better than SMARDT Frictionless Centrifugal Chillers utilizing oil free, magnetic bearing, magnetic high-speed variable speed centrifugal compressor magnetic drive technology. All necessary connections, valves, pumps, piping and electrical modifications shall be included. In addition, the units shall be configured and connected to the current building automation system (BAS) which will be upgraded to JACE 7 in this project. A temporary street closure permit thru the city of Ft Worth may be required and costs are the responsibility of the contractor. Included in the scope of work shall be the modification of the existing refrigerant monitoring system. The Contractor will have 60 days to complete the work after the chiller arrives on site. The offeror shall obtain any and all necessary licenses or permits required to perform this work in the State of Texas. The project will require work to be performed within an occupied Federal Courthouse while minimizing disruptions to the operations of the existing facility. In accordance with FAR 52.219-27, this procurement will be a TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (SDVOSB). At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total SDVOSB concern under the North American Industry Classification System (NAICS) 238220 with the small business size standard of $15M. A joint venture will be considered for award as long as each concern is small under the size standard corresponding to the NAICS code assigned to the procurement and the joint venture is registered within the System for Award Management (SAM) at the time the joint venture submits its offer under this solicitation. The Government will recognize the integrity and validity of the joint venture, provided, the arrangements are identified and company relationships are fully disclosed in an offer, or, for arrangements entered into after submission of an offer before the arrangement becomes effective. The solicitation number will be GS-07P-15-JU-C-0022. The procurement will be awarded using FAR Part 15 procedures. The contract type will be Firm-Fixed-Price. The magnitude for this project is between $1,000,000 to $5,000,000. It is anticipated that this project will take approximately 154 calendar days from Notice to Proceed. The solicitation will be available for download on March 5, 2015. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website located at https://www.fbo.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Proposal submissions will be due on April 7, 2015. Award of any resulting procurement will be based on best value to the government methodology. A pre-proposal conference/site visit is scheduled for March 18, 2015 and also noted within the solicitation. Contractors are encouraged to attend the pre proposal walk-through and to verify all existing conditions at the job site prior to bidding on project. Failure to do so will not relieve contractor of his/her responsibility to properly estimate the cost of this project. This is the only opportunity contractors will get to visit the site to conduct a walk-through and ask questions. GSA will not have anyone available to accompany contractors or their representatives (sub-contractors) after the scheduled pre-bid walk-through. Offerors MUST be registered within the SAM database in order to receive an award for this procurement. The website for SAM is https://www.sam.gov/portal/public/SAM. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR)/FedReg, and Online Representation and Certifications Application (ORCA). Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. Offerors are required to use the SAM database for Representation and Certification submissions under this solicitation. All responsible sources may submit a proposal which shall be considered by the agency. Questions may be directed to Ky Nguyen-Zubroski, Contract Specialist, at ky.nguyen@gsa.gov. Interested parties should include their company name, point of contact, address, telephone number(s) E-mail address, and reference the solicitation number GS-07P-15-JU-C-0022.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/GS-07P-15-JU-C-0022/listing.html)
 
Place of Performance
Address: 819 Taylor Street, Fort Worth, Texas, 76102, United States
Zip Code: 76102
 
Record
SN03685850-W 20150403/150401235129-1a383f347eee9daee49c87d53a663673 (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.