Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
SOLICITATION NOTICE

Z -- Chiller Replacement Project

Notice Date
5/21/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Southern Illinois / Indiana Contracting Team (5P2PQCB), Please refer to the synopsis / Solicitation documents for address information., United States
 
ZIP Code
00000
 
Solicitation Number
TBD-ChillerReplacement
 
Point of Contact
Katie M Musselman, Phone: 3125208939
 
E-Mail Address
katie.musselman@gsa.gov
(katie.musselman@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA), Great Lakes Region 5, announces an opportunity to provide General Contractor (GC) Services for the Chiller Replacement Project at the E. Ross Adair Federal Building and U.S. Courthouse located at 1300 S. Harrison Street in Fort Wayne, Indiana. The goal of the project includes the replacement of the building's existing chillers, air cooled condensers and associated piping and electrical equipment with new. The building is an active courthouse; all work will be performed while the building is occupied. The scope of work for GC services includes but is not limited to: • Remove and dispose of the existing chillers, roof mounted condensers and associated equipment. • Provide a complete new rotary-screw type water chiller replacement system with roof mounted condensers. • The replacement roof mounted condensers will be located in an alternate roof location from their present location on the west elevation mezzanine roof. This will require a new structural steel platform and removal of the existing platform. • Necessary modification to the building's existing temperature control system. • Commissioning for the new replacement equipment, electrical, piping systems and control modifications. This procurement is a total small business set-aside. Funds are currently available. The North American Industrial Classification Code (NAICS) is 236220 with a size standard of $36.5 million. The total estimated construction cost for the project is between $1,000,000 and $2,000,000. GC Services are anticipated to commence upon award of the contract, with a performance period of 210 calendar days. This is a negotiated procurement; there will NOT be a public bid opening. The GC will be competitively chosen using Source Selection (FAR 15.3) procedures. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. Evaluation factors for award will consist of Experience, Past Performance and Price. The best value to the Government based on these factors will determine award. The solicitation will be available on or about June 10, 2015. The Government reserves the right to make award on initial offers, but discussions may be held if appropriate. The solicitation cited above can only be obtained by accessing the secure website, FedBizOpps (FBO). FedBizOpps is designed to safeguard sensitive but unclassified (SBU) acquisition information and is fully integrated with other electronic Government initiatives, including the System for Award Management (SAM) (www.sam.gov). Registration in both SAM and FedBizOpps is required in order to download solicitation documents and is used to validate vendor identity. Contractors not registering in these systems will be ineligible to download the solicitation and ineligible for an award. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendment(s), if any to the solicitation. Offer due date and time for receipt of proposals will be on, or about July 28, 2015 by 2:00 PM (EST). A pre-proposal conference and site-visit will be held on or about June 24, 2015 and notification to the Contracting Officer of proposed attendance will be required. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. An award is anticipated on or about August 27, 2015. Any questions regarding this notification should be directed to the Contracting Officer, Katie Musselman at katie.musselman@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d438db302eb50ecc6f7eeb25aa30ec0)
 
Place of Performance
Address: 1300 S. Harrison Street, Fort Wayne, Indiana, 46802, United States
Zip Code: 46802
 
Record
SN03740177-W 20150523/150522000354-9d438db302eb50ecc6f7eeb25aa30ec0 (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.