SOLICITATION NOTICE
Z -- Replacement of Condenser and Chilled Water Pumps at the Little Rock Federal Building
- Notice Date
- 6/14/2016
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07-P-16-HT-C-7010
- Point of Contact
- Shawna M. Villarreal, Phone: 8178505541
- E-Mail Address
-
shawna.villarreal@gsa.gov
(shawna.villarreal@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Project Description The General Services Administration, Public Building Service, Region 7, intends to solicit proposals for the replacement of two (2) expansion joints (vibration eliminators) on the chilled water and two (2) expansion joints (vibration eliminators) on the condenser water systems and replace with isolation gate valves. GSA also needs to align the chilled water and condenser water pump skids; remove chilled water pumps #1 and #2 and replace with two chilled water split coupled vertical inline pumps; and remove condenser water pumps #1 and #2 and replace with two condenser water split coupled vertical inline pumps. The Place of Performance is at the Little Rock Federal Building located at 700 W Capitol Avenue, Little Rock, AR. The Contractor will have 30 days to complete the work after the pumps arrive on site. The new pump requirements are as follows: Chilled Water (CHW) Pump Requirements 150 HP, 460V RPM 1800 GPM 1700, 210 Ft To Include; Flo Trex Valves & Suction Guides Condenser Water (CW) Pump Requirements 100 HP, 460V RPM 1800 GPM 2210, 125 Ft To Include; Flo Trex Valves & Suction Guides In accordance with FAR 52.219-6, this procurement will be a TOTAL SMALL BUSINESS SET-ASIDE. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total Small Business 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 procurement will be awarded using FAR Part 15 procedures. The contract type will be Firm-Fixed-Price. The magnitude of construction is between $100,000 and $250,000. The solicitation will be available for download on or about June 29, 2016. 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 or about July 29, 2016. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value from the selection of the technically acceptable proposal with the lowest evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors. A pre-proposal conference/site visit will be noted within the solicitation. The pre-proposal site visit is tentatively scheduled for July 12, 2016. Contractors are encouraged to attend the pre-proposal walk-through and to verify all existing conditions at the job site prior to proposing on the project. Failure to do so will not relieve the 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-proposal 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 Shawna Villarreal, Contracting Officer, at shawna.villarreal@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07-P-16-HT-C-7010/listing.html)
- Place of Performance
- Address: Little Rock Federal Building, 700 W Capitol Avenue, Little Rock, Arkansas, 72201, United States
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN04148282-W 20160616/160614234211-547511dfaa909f20d93f196f0f2a48c4 (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 |