Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2009 FBO #2736
MODIFICATION

Z -- Recovery Design-Build Photovoltaic Roof Project - Site drawings - Solicitation Package

Notice Date
5/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building, 20 N 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-09-AZ-C-0039
 
Point of Contact
Jay Oxenberg, Phone: 2154465767, MaryAnne N Potok, Phone: (215) 446-4695
 
E-Mail Address
jay.oxenberg@gsa.gov, maryanne.potok@gsa.gov
(jay.oxenberg@gsa.gov, maryanne.potok@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a solicitation for offers. The method of procurement is Full & Open Competition with no restrictions. This requirement will be awarded as a Design-Build, firm fixed price contract. Proposals are due by 2:00pm Eastern Standard Time on Monday, June 22, 2009. The United States General Services Administration has a requirement for a firm to provide all labor, material, equipment, and supervision necessary for the design and construction of a new modified built-up roofing system and a photovoltaic array at the Veterans Affairs Center, located at 5000 Wissahickon Avenue, Philadelphia, PA 19144. The project duration, including design and construction, will be 240 calendar days. The new roofing system shall consist of three membrane layers with a cap sheet having encapsulated white granules. The membranes and cap sheet shall be torch applied. The photovoltaic array shall consist of ballasted, crystalline panels. The existing roof is flat, 10 years old, and the entire roof area is approximately 133,000 square feet. The roof is currently in poor condition with some portions of the roof leaking. The successful firm must have relevant past experience working on projects of a similar scope. Relevant experience includes roof and photovoltaic array installations of a similar size and complexity. The successful contractor must also have qualified project personnel who have experience with projects of a similar scope. A pre-proposal conference will be held on Monday, June 1, 2009 at 9:30AM at the Veteran's Affairs Center, 5000 Wissahickon Avenue, Philadelphia, PA 19144. This will be the only pre-proposal meeting. Participation is encouraged although attendance is not mandatory. The conference will provide an opportunity for discussion of the nature of the work as well as to answer questions concerning contract provisions and requirements, including drawings and specifications. Parking inside the Veteran’s Affairs complex is limited and attendees may be required to park on the street. The meeting will begin promptly at 9:30AM. Attendees are asked to assemble in the lobby of the main entrance no later than 9:30AM. The pre-proposal meeting will include access to the roof. Additional Site Visits will be held on: Thursday, June 4, 2009 from 9:00AM-4:00PM Monday, June 8, 2009 from 9:00AM-4:00PM No additional site visits will be scheduled. Proposals will be evaluated in accordance with the Best Value Trade-off Process where evaluation factors other than price, when combined, are approximately equal to price. The technical evaluation factors in descending order of importance are: 1. Relevant Past Performance 2. Key Personnel Qualifications 3. Small Business Subcontracting Plan For evaluation purposes, Key Personnel Qualifications is slightly less important than Past Performance. Small Business Subcontracting Plan is significantly less important than Key Personnel Qualifications. IAW FAR 19.702, Small Business offerors are not required to submit a small business subcontracting plan. IAW FAR 15.305, offers from small business concerns will receive the highest rating for the small business subcontracting plan evaluation factor. Separate technical and price proposals will be required. Further information regarding the requirement and the evaluation process are contained in the solicitation package available for download. The estimated price range for this requirement is between $5,000,000.00 and $10,000,000.00 Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the best value to the Government based on a combination of technical and price factors. For evaluation purposes, technical factors when combined, are approximately equal to price. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. The NAICS code applicable to this project is 238160. This procurement is being solicited on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. The Solicitation (RFP) is only available electronically. The solicitation (specifications, drawings, clauses and bid forms) can only be obtained through FedBizOpps, a secure website. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation (specifications, drawings, clauses and bid forms) and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedBizOpps website, www.fbo.gov or the CCR website, www.ccr.gov. The Point of Contact for this solicitation is Jay Oxenberg, Contract Specialist, telephone (215) 446-5767, email jay.oxenberg@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRE/GS-03P-09-AZ-C-0039/listing.html)
 
Place of Performance
Address: Veteran's Affairs Center, 5000 Wissahickon Avenue, Philadelphia, Pennsylvania, 19144, United States
Zip Code: 19144
 
Record
SN01825736-W 20090524/090522234616-043490e5eb4e6636320fe65c96707034 (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.