Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2002 FBO #0164
MODIFICATION

Z -- AHU Upgrades

Notice Date
5/13/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Ohio (5PCO), 230 South Dearborn Street, Room 3516, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
GS05P02GBC0039
 
Response Due
5/23/2002
 
Archive Date
6/7/2002
 
Point of Contact
Lisa Gonzalez, Contracting Officer, Phone 312-886-4106, Fax 312-353-9186,
 
E-Mail Address
lisa.gonzalez@gsa.gov
 
Description
THE FOLLOWING CHANGES ARE HEREBY ISSUED: 1. THE DATE AND HOUR SPECIFIED FOR SUBMITTAL OF THE TECHNICAL AND PRICE PROPOSALS FOR THE ABOVE-REFERENCED PROJECT HAS BEEN EXTENDED FROM MONDAY, 13 MAY 2002 TO THURSDAY, 23 MAY 2002 AT 2:00 P.M. (CENTRAL STANDARD TIME). 2. THE CD-R ISSUED ALONG WITH THE REQUEST FOR PROPOSAL, WITH AN ISSUE DATE OF 08 APRIL 2002 AND A CLOSING DATE OF 08 MAY 2002, FOR THE ABOVE-REFERENCED PROJECT IS HEREBY SUBSTITUTED WITH THE REVISED CD-R ENTITLED AHU UPGRADES - REVISED 05/09/2002. THE ORIGINAL CD-R CONTAINING E AND M FILES, SHALL BE REISSUED WITH A REVISED CD-R CONTAINING ALL E, M AND TOOLS FILES BOUND. ATTACHED IS A COPY OF THE 26 APRIL 2002 SYNOPSIS: 1.THE FOLLOWING IS HEREBY DELETED FROM THE SYNOPSIS THAT WAS POSTED IN THE FEDBIZOPPS ON 19 MARCH 2002 FOR THE AHU UPGRADES LOCATED AT THE P.V. MCNAMARA FEDERAL BUILDING IN DETROIT, MICHIGAN, SOLICITATION NO. GS05P02GBC0039: COPIES OF THE REQUEST FOR PROPOSALS (RFP) WILL BE MADE AVAILABLE TO THE PRIME CONTRACTOR(S) ONLY. 2. THE FOLLOWING CHANGES WERE HEREBY AMENDED ON 26 APRIL 2002 TO THE SYNOPSIS THAT WAS POSTED IN THE FEDBIZOPPS ON 19 MARCH 2002, FOR THE ABOVE-REFERENCED PROJECT: COPIES OF THE RFP WILL NOW BE MADE AVAILABLE TO ALL INTERESTED PARTIES INCLUDING, BUT NOT LIMITED TO PRIME CONTRACTORS, SUB-CONTRACTORS, PLANHOLDING ROOMS. NOTE, INTERESTED PARTIES WILL BE REQUIRED TO SUBMIT THE REQUIRED VALID INFORMATION THAT IS LISTED ON THE DOCUMENT SECURITY FORM PRIOR TO RELEASE OF THE RFP DRAWINGS. The contractor shall furnish all labor, materials, equipment and supervision to remove and dispose of existing air handling units and replace with new air handling unit and related components at the P.V. McNamara Federal Building, 477 Michigan Avenue, Detroit, Michigan, 48226. Project Summary. Work includes but is not limited to the replacement of eight (8) existing air handling units (AHU-1-8) that serve the 1st through the 26th floors, the replacement of two (2) existing steam to hot water converters that serve AHU-1-8 and the installation of a new LONMARK based Building Automation System (BAS) backbone and controls for new HVAC equipment. The following are options to the contract: 1.) UV Emitters, 2.) Add BAS Workstation, and 3.) Replace PAH Controls. As per Federal Acquisition. Regulation (FAR), Section 36.204 - Disclosure of the magnitude of construction projects, solicitations shall state the magnitude of the Government's estimated price range. The construction range for this project is $5 million to $10 million. Proposal Submission Requirements. General Contractor's Qualifications: The contractor must have successfully completed at least two (2) renovation or new construction projects in the past five (5) years, which are similar in scope, requirements, complexity and level of finish quality to the proposed project with a cost of at least $1,400,000.00. The contractor must provide the project title, the type of work performed on the project, the award amount of the project, the size of the project, the performance period of the project, the name, title and current phone number of the point of contact. The contractor must demonstrate that they are able to obtain bonding and that they have the financial capabilities. Key Personnel Qualifications: The project manager and construction superintendent should possess qualifications and experience, which demonstrate a thorough knowledge and competence level commensurate with the positions for which they are being proposed. These personnel must have performed essentially the same duties as being proposed under this project on a minimum of two (2) projects during the past five (5) years, where the cost of the project was at least $1,400,000.00. Contract Award. Proposals will be competitively chosen using negotiated procedures. Award will be based on the lowest price, technically acceptable offer. If a proposal does not meet the requirements of both past experience and key personnel qualifications and the aforementioned submission requirements, it will not be further evaluated based on price. The actual release date for the Request for Proposal (RFP) is anticipated on or around Monday, 08 April 2002. Funds are not presently available and award is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. The performance period from contract execution to project completion is approximately 600 calendar days. The resulting contract type shall be firm, fixed-price. SB/SDB. Small business criteria for each category is based on the contractor's average annual receipts for the preceding three (3) years. The North American Industry Classification System (NAICS) Code for this project is 235110. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is open to all business concerns. Therefore, responses from both small and large business concerns will be considered and evaluated for selection. Small business, minority-owned and women-owned businesses are strongly encouraged to participate. Small, disadvantaged businesses must be precertified by the Small Business Administration in order to be considered for evaluation as such under the new federal regulations. In order to receive the benefit of a price evaluation preference, you must be certified by the Small Business Administration as a HUBZone small business concern and/or a small disadvantaged business concern. Contact your local SBA office for further information. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of federal facilities. Joint Ventures. Joint venture or firm/ consultant arrangements will be considered and must submit an acceptable joint venture agreement. In the event a large business is the awardee, an acceptable Subcontracting Plan must be approved and accepted prior to contract award. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, and small woman-owned business concerns. Interested Parties/ How to Offer. Interested parties should submit a letter of interest to the attention of Lisa M. Gonzalez at the General Services Administration; Property Development (5PCO); 230 South Dearborn Street, room 3512; Chicago, Illinois 60604-1696 or by facsimile no later than Friday, 26 April 2002. A preproposal conference will be scheduled at a later date. Details will be in the solicitation.
 
Place of Performance
Address: Patrick V. McNamara Federal Building, 477 Michigan Avenue, Detroit, Michigan
Zip Code: 48226
Country: USA
 
Record
SN00076072-W 20020515/020513213348 (fbodaily.com)
 
Source
FedBizOpps.gov 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.