Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2007 FBO #2193
SOLICITATION NOTICE

Z -- Upgrade and Maintenance of Elevators

Notice Date
9/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center(1PM), 10 Causeway Street, Room 985, Boston, MA, 02222-1077, UNITED STATES
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-07-BZC-0022
 
Response Due
11/9/2007
 
Point of Contact
William Higgins, Contract Specialist, Phone 617-565-7133, Fax (617)565-7147, - Linda Byrne, Contracting Officer, Phone 617-565-7308, Fax 617-565-7147
 
E-Mail Address
william.higgins@gsa.gov, linda.byrne@gsa.gov
 
Description
This procurement is to upgrade the elevators at the J. F. Williams Coast Guard Building, 408 Atlantic Avenue, Boston, MA Briefly, and without force and effect upon contract documents, work of contract can be summarized as follows: Update existing Elevators No. 1 and 2 complete, tested and operational, including elevator equipment, cab finishes, controls, elevator machine room fire rating and air conditioning indicated on drawings and in specifications for architectural, structural, HVAC, plumbing, fire protection, fire alarm, electrical and elevators? materials, labor, demolition, testing and commissioning. (Elevator No. 2 update shall be completed first, followed by Elevator No. 1 with Government approval.) One elevator shall remain operational while one elevator is upgraded and the second elevator upgraded only after the previously upgraded elevator construction is complete, systems tested, and in operation for not more than 30 days and accepted by authorities having jurisdiction. The base bid contract work also includes painting existing elevator metal entry frames, cab door panels, hoisting and door panels and emergency control and signal panel work complete and operational for Elevators No. 1, No. 2. Upgrade for elevator number 3 shall be priced as Option number 1. Maintenance on all three elevators during the construction period will be a separate item. A one year warranty after substantial completion is also a separate item. Option No. 1: Upgrade existing Elevator No. 3 complete, testing and operational including elevator equipment, finishes, controls, elevator machine room fire rating, and air conditioning indicated on drawings and in specifications for architectural, structural, HVAC, plumbing, fire protection, fire alarm, electrical and elevator materials, labor, demolition, testing, and commissioning. The work of this option shall not be deemed complete until the Elevator No. 3 upgrade is accepted by authorities having jurisdiction. Option No. 2: Provide stainless steel elevator entry frames, hoisting door panels, and miscellaneous stainless steel materials. This option shall include demolition, materials, and labor required. This cost shall be presented separately for Elevators No. 1 and No. 2 and Elevator No. 3. The costs provided for this option shall deduct the base bid amount to paint existing surfaces to be stainless steel. This is a negotiated procurement and is open to all business concerns and all responsible sources may submit a proposal which shall be considered by the General Services Administration. The North American Industry Classification System (NAICS) Code is 238990 with a small business size standard of $12.0 million. The estimated cost range for this project is between $1,000,000 and $5,000,000. The solicitation will be available on or about October 9, 2007. The solicitation cited will be posted on FedBizOpps. The specifications will be available the same day and can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOpps and the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedTeDS, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October, 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedTeDS. No federal materials can be downloaded until you have registered under both sites. You may access FedTeDS via the following URL http://www.FedTeDS.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled Register with FedTeDS and then choosing the Vendor Registration Form hyperlink. At a minimum all vendors must supply the following information: Your Company?s Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company?s, CCR Point of Contact) your Company?s DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), your telephone number, and your e-mail address. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Any questions regarding this notification should be directed to the Contract Specialist whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation. Mail, facsimile, telephonic or electronic mail requests for these documents will not be honored. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-NOV-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/1PMPODM/GS-01P-07-BZC-0022/listing.html)
 
Place of Performance
Address: 408 Atlantic Avenue, Boston, MA
Zip Code: 02110
Country: UNITED STATES
 
Record
SN01458197-F 20071128/071126223929 (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.