Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2005 FBO #1287
SOLICITATION NOTICE

Y -- HVAC Upgrades

Notice Date
6/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Triangle Service Center (WPZ), 7th & D Streets, SW, Room 7660, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
Reference-Number-WPZ-05-WNRC
 
Small Business Set-Aside
8a Competitive
 
Description
The General Services Administration (GSA) hereby notifies all interested parties of its intent to issue a Request for Proposal (RFP) in a negotiated procurement for HVAC Upgrades at the Washington National Records Center (WNRC), located in Suitland Maryland. The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction in accordance with the design specifications, terms and conditions of the contract to perform the following: (a) construct two mechanical rooms; (b) remove the existing air handling units from the inside of the facility; (c) replace the air handing units and place new units in each mechanical room; (d) demolition; (e) asbestos abatement; (f) provide a smoke evacuation system and (g) fa?ade work. The estimated construction cost range is between $7 - $8 million. The 2002 NAICS Code is 238220. The Construction Performance Period shall not exceed 950 calendar days. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The government contemplates award of a firm fixed price contract. This solicitation is set-aside for all certified 8(a) Business Development (BD) Program participants. The "Best Value Continuum" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: I. EXPERIENCE. (1) The offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least three (3) years experience, within the past within the past five (5) years of design and general construction/mechanical projects that are comparable in nature, size and scope to the project in the solicitation (at least 75%)and meets all the following characteristics: (a) management, (b) oversight, (c) coordination of multiple disciplines, and (d) construction task activities in a large commercial or governmental facility. (2) The offeror shall submit Data and/or Information for each Project (a minimum of two with a maximum of five) presented, in accordance with the RFP. II. TECHNICAL SKILLS. This factor considers the extent of the offerors technical capability. (1) The Government will consider whether the offeror has demonstrated technical knowledge and expertise in all facets of design and life safety sciences and engineering, product knowledge, use of proper installation methods, knowledge and compliance of various codes and standards, such as, BOCA, NFPA, NEC, ANSI, SMACNA, OSHA, EPA, NESHAP and construction. (2) The offeror must have in his employment a licensed engineer to stamp the design package and construction manager with a minimum of a bachelor?s degree in construction management. Subcontractors shall be trained and licensed in the trade they are providing. (3) The offeror shall submit all names, registration data, education certificates and licenses in accordance with the RFP, along with at least two (2) projects that demonstrate the technical skills and ability of the staff. III. PAST PERFORMANCE. This factor considers the past performance of contracts identified under Experience Factor. (1) The Government will consider the quality of the past performance in carrying out work of a similarly complex nature regarding quality of services rendered, including responses to emergencies, budget control, timeliness, business integrity and technical success. (2)The effectiveness of the offerors management of administrative aspects of performance, willingness to cooperate with or assist with routine matters, and unexpected difficulties. (3) The offeror shall submit at least two references, including names, phone numbers and email addresses accordance with the RFP. IV. MANAGEMENT/SUBCONTRACTING PLAN. This factor considers the offerors submitted management/subcontracting plan. (1) The Government will consider whether the organization charts and staffing plan demonstrate adequate resources and demonstrate that the offerors staffing levels to perform the scope of work as outlined in this solicitation. (2) The Government will consider whether the firm has demonstrated how it will perform the functions required by the scope of this contract, specifically, the contract information regarding project coordination, relationship building, subcontractor coordination, performance of environmental mobilization and asbestos abatement, demolition, installation, testing and commissioning, and post-event activities that demonstrate significant management and oversight to ensure proper contract administration. (3) The Government will consider whether the offeror demonstrates an understanding of the design and Construction Management required for the successful completion of general /mechanical construction. (4) The offeror shall submit information regarding performance of all phases of the project throughout the initial mobilization, product submittal and review, scheduling, construction start-up phase, testing and commissioning, and post-event activities in accordance with the RFP. Consequently, the offeror, will be required to demonstrate that its subcontracting plan represents a creative and innovative program in the performance of this contract. If selected for award, the offeror's subcontracting plan should be ready for approval without the need to obtain additional information. In accordance with GSA policy, the solicitation will be issued electronically via FEDBIZOPPS within two weeks of issuance of this synopsis. This site, (www.fedbizopps.gov) provides instructions for downloading the RFP. Proposals will be due 30 days after issuance of solicitation. GSA intends to upload the RFP at this site on or about June 20, 2005. A pre-proposal conference will be scheduled after the solicitation is released. ALTHOUGH NOT MANDATORY, YOU ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF UPLOADS AT THIS SITE AND TO REGISTER ON THE INTERESTED VENDOR LIST (IVL). All responsible sources may submit a proposal, which will be considered by the agency. For questions regarding this solicitation, please contact Lisa Miller, Contract Specialist, on telephone (202) 205-5625, ax (202) 690-9714, or via E-Mail lisam.miller@gsa.gov.
 
Place of Performance
Address: Washington National Records Center (WNRC), 4205 Suitland Road, Suitland, MD
Zip Code: 20746
Country: United States
 
Record
SN00822053-W 20050605/050603212534 (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.