Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

Z -- Laredo Cooling Tower

Notice Date
5/18/2017
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management (7PQD) Energy and Acquisition Support Branch (47PH11), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07-P-HT-C-0007
 
Point of Contact
Lester H. Lee, Phone: 8178505535, Shawna M. Villarreal, Phone: 8178505541
 
E-Mail Address
lh.lee@gsa.gov, shawna.villarreal@gsa.gov
(lh.lee@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 removal/replacement of a cooling tower, pumps and VFD cooling tower fan motor controls. Upon completion of the project, this cooling tower shall be connected to the common building condenser water piping and DDC BAS (Building Automation System). The Place of Performance is at the Laredo Federal Building/Courthouse 1300 Victoria Laredo, TX 78040. New cooling tower requirements: Minimum 400 tons EWT/LWT (F) 94.1/84.1 78degf Wet Bulb GPM- 1200 (3 GPM/ton) Two fans @10 HP each Motor Davit with OSHA approved platform/Ladder & safety cage Service Platform/vibration switch/Electric sump heaters Fan Motors-Shaft Grounding Rings 316 stainless upper and lower sections 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 $250,000 and $500,000. The solicitation will be available for download on or about June 5, 2017. 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. 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 June 19, 2017. Contractors are encouraged to attend the pre proposal walk-through and to verify all existing conditions at the job site prior to bidding on project. Failure to do so will not relieve 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-bid 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 LH Lee, Contract Specialist, at lh.lee@gsa.gov and Shawna Villarreal, Contracting Officer, at Shawna.villarreal@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddaa3f4cdd6d6375423b51fec48ec78f)
 
Place of Performance
Address: 1300 Victoria, Laredo, Texas, 78040, United States
Zip Code: 78040
 
Record
SN04514014-W 20170520/170518235738-ddaa3f4cdd6d6375423b51fec48ec78f (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  © 1994-2020, Loren Data Corp.