MODIFICATION
Z -- RECOVERY - Energy Efficiency Bundle/Boiler Replacement, Variable Frequency Drive (VFD) Installation, and Domestic Hot Water Loop Project
- Notice Date
- 10/29/2009
- Notice Type
- Modification/Amendment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107, United States
- ZIP Code
- 19107
- Solicitation Number
- GS-03P-10-DX-C-0005
- Point of Contact
- Jacqueline M Lovelace, Phone: 215-446-4519, Stephanie F Hill, Phone: 215-446-4677
- E-Mail Address
-
Jacqueline.Lovelace@gsa.gov, Stephanie.Hill@gsa.gov
(Jacqueline.Lovelace@gsa.gov, Stephanie.Hill@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The United States General Services Administration has a requirement for the selection of a quality contractor for the replacement of the Boilers, Variable Frequency Drive (VFD) and Domestic Hot Water Loop (Design/Build) at the Hoffman Courthouse in Norfolk, Virginia. The work includes but is not limited to the following: replace two existing boilers, install variable frequency drives for five air handling units and to close the domestic hot water loop on the 1 st floor of the building. The Contractor shall provide a complete design and shall furnish the necessary personnel, material, equipment and supervision to complete the work. These projects are being implemented to increase the building's efficiency. The period of performance for this project is three hundred (300) calendar days. The estimated cost of construction is between $1,000,000.00 and $5,000,000.00. 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 greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. Award may be made without discussions. For this procurement, technical evaluation factors are significantly more important than price. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Relevant Past Performance ; 2. Technical Approach/Project Management Plan ; 3. Key Personnel Qualifications. The NAICS code applicable to this project is 236220. This procurement is being solicited on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Interested Parties/How to Offer: The Pre-proposal Conference will be held at the Hoffman Courthouse, 600 Granby Street, Norfolk, VA 23510. The date and time will be posted via modification to this announcement. 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) will only be available electronically. It will be available on or about November 3, 2009. The solicitation (specifications, drawings, clauses and bid forms) can only be obtained by accessing 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 Jacqueline M. Lovelace-De Simone, Contract Specialist, telephone (215) 446-4519, e-mail: jacqueline.lovelace@gsa.gov and Stephanie F. Hill, Contracting Officer, telephone (215) 446-4766, e-mail: stephanie.hill@gsa.gov. Amendment 0001 to the Synopsis for GS-03P-10-DX-C-0005 The following changes, highlighted in yellow and underlined, hereby apply to the above referenced synopsis: The United States General Services Administration has a design-build requirement for the selection of a quality contractor for the replacement of the Boilers, Variable Frequency Drive (VFD), Domestic Hot Water Loop, and replacement of an existing air handler unit at the Hoffman Courthouse in Norfolk, Virginia. The work includes but is not limited to the following: replacing two existing boilers, installing variable frequency drives for five air handling units, closing the domestic hot water loop on the 1 st floor of the building, and replacing the existing air handler unit. The Contractor shall provide a complete design and shall furnish the necessary personnel, material, equipment and supervision to complete the work. These projects are being implemented to increase the building's efficiency. The period of performance for this project two hundred forty (240) calendar days. The existing boilers can not be shut down before May 1, 2010 and the new boilers shall be operational before September 30, 2010. In accordance with FAR 36.204, t he estimated cost of construction is between $1,000,000.00 and $5,000,000.00. 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 greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. Award may be made without discussions. For this procurement, technical evaluation factors are significantly more important than price. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Relevant Past Performance ; 2. Technical Approach (Deletion of Project Management Plan) ; 3. Key Personnel Qualifications. The NAICS code applicable to this project is 238220. This procurement is being solicited on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Program. This announcement also constitutes the synopsis of the pre-invitation notice. Interested Parties/How to Offer: The Pre-proposal Conference will be held at the Hoffman Courthouse, 600 Granby Street, Norfolk, VA 23510. The date and time will be posted via modification to this announcement or with the solicitation when it is posted. 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) will only be available electronically. It will be available on or about November 13, 2009. The solicitation (specifications, drawings, clauses and bid forms) can only be obtained by accessing 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 Jacqueline M. Lovelace-De Simone, Contract Specialist, telephone (215) 446-4519, e-mail: jacqueline.lovelace@gsa.gov and Stephanie F. Hill, Contracting Officer, telephone (215) 446-4766, e-mail: stephanie.hill@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-10-DX-C-0005/listing.html)
- Place of Performance
- Address: Hoffman Courthouse, 600 Granby Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN01994680-W 20091031/091029235410-1e12e70a863fd7210d1e26d69664f227 (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 |