SOLICITATION NOTICE
Z -- Boiler Refurbishment (Retubing) @ Evans, Jefferson, Johnson, Orr & Terrell-MC, District of Columbia Public Schools (DCPS), Washington DC
- Notice Date
- 3/27/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Civil Works, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACW31-02-R-0030
- Response Due
- 5/13/2002
- Archive Date
- 6/12/2002
- Point of Contact
- Sean Sheehan, (410) 962-4958
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Civil Works
(sean.k.sheehan@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The proposed contract is UNRESTRICTED. NAICS Code 235110 (SIC 1711), size standard is $12.0 million. All responsible sources are encouraged to submit a proposal, which shall be considered by the Government. Total estimated contract value between $500,00 0.00 and $1,500,000.00. The Government intends to make ONE (1) award from this solicitation based on a technically acceptable, lowest cost evaluation process. Competitive proposals will be evaluated on the criteria set forth in the solicitation consistin g of the following factors, but NOT listed in order of importance: Technical, Cost and Subcontracting Plan. Subcontracting goals are 65% for small business, 15% for small disadvantaged business, 8% for women owned business, 3% for HUBZone, 3% for Veteran Owned Small Business and 3% for Disabled Veteran Owned Small Business. Boiler refurbishment generally consists of a retubing of all the boilers at each of the schools listed in this solicitation. In addition, associated equipment/features possibly could include such things as dual-fire burner, low-water cut-off valves, relief valves, boiler mud-legs, refractory, leaking valves, condensate pumps/unit, pressure/temperature sensors/controls, etc., replacements as determined necessary to achieve additional ye ars of reliable operation of the central heating plant as specified in the solicitation package. The Contractor shall be responsible to identify, design and abate areas of hazardous materials, demolish existing under a negative pressure dust filtration sy stem, monitor/record health-safety by aggressive air sampling during demolition, coordinate and provide individual repairs and replacement control system meeting the specified requirements. Work shall not interrupt the owner?s operation of any existing ch illed water plants between the hours of 6 am to 6 pm Monday through Friday, during regular and summer school sessions, excluding holidays. Central heating plants shall be ready to provide heat no later than (NLT) 30 September. The Contractor shall provid e spare parts, O&M documentation, as-builts, posted bulletins/labeling, testing, system demonstration, training and one year warranty. In accordance with the Debt Collection Act of 1996, effective 31 March 1998, all contractors must be registered in the Ce ntral Contractor Registration (CCR) database in order to be considered for award of a Federal contract. Access the CCR website at http://www.ccr2000.com or call CCR Customer Service at 1-888-227-2423 for more information. Solicitation DACW31-02-R-0030 wil l be available ONLY on the Baltimore District Electronic Bid Solicitation (EBS) website at https://ebs.nab.usace.army.mil A pre-offer meeting for this solicitation has been tentatively scheduled for Thursday 18 April 2002 at 10 a.m. at the Penn Center, 1 709 Third St NE, 3rd Floor, Washington DC. This meeting will include site visits to the following schools: Orr and Johnson. Offerors are not required to attend but the meeting is highly recommended. After this date for offerors unable to attend and/or those schools not visited on this day may be visited by offerors on their own by contacting the individual schools and scheduling arrangements with the chief custodian/facility engineer. Please access the EBS website for updated information. The tentativ e issue date for this solicitation is o/a 11 April 2002. The tentative due date for all proposals will be o/a 13 May 2002.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Civil Works 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00050092-W 20020330/020328213708 (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 |