MODIFICATION
Z -- Transformer Replacement - Amendment 1
- Notice Date
- 5/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NCR Repair & Alterations Center 2 (47PM05), 7th & D Streets, SW, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- 47PM0518R0019
- Archive Date
- 6/1/2018
- Point of Contact
- Michael Spriggs, Phone: 2022977813, Isaac Karto, Phone: 817-505-5020
- E-Mail Address
-
michael.spriggs@gsa.gov, Isaac.Karto@gsa.gov
(michael.spriggs@gsa.gov, Isaac.Karto@gsa.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Riser Diagram Sign in sheet from site visit Revised SOW (Minor revisions for clarification) Revised 1442 Picture 2 Picture 1 RFI Responses Amendment 1 Amendment 1. 1. Provide answers to the offerors questions. 2. Revise the 1442. 3. Revise the SOW (minor changes for more clarification) 4. Provide site visit sign in sheet 5. Extend the proposal due date to 5/17/18. This constitutes a Request for Proposal (RFP) for a construction contract to include, but is not limited to replacement of 106 existing dry type transformers with new energy efficient dry type transformers and evaluate the existing demand load of each transformer prior to replacement In accordance with FAR 19.1405, this procurement is set aside exclusively for Service Disabled Veteran Owned Small Business concerns. The work to be performed under the terms of this contract is for Transformer Replacement. Interested firms are to read the solicitation for more details, including the Scope of Work. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. A firm fixed price contract will be awarded to the firm offering the best value to the Government. Non-price technical evaluation factors when combined are significantly more important than price. The Government may or may not hold discussions on technical proposals therefore the Offeror's initial proposal should contain their best offer in terms of technical and price. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. The following Technical Evaluation criteria are listed. 1 Resource Availability, 30% 2) Key Personnel, Weight 20% 3) Technical and Management Approach, Weight: 20% 4) Past Experience, Weight: 15% 5) Past Performance, Weight: 15% A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be around 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. All attendees shall submit their full names, company name, and position to Mr. Michael Spriggs no later than 4:00 PM, Tuesday, April 10, 2018. Personnel not included on the list of attendees will not be admitted to the site visit. Contractors are limited to no more than 3 people from each company. Interested firms must be registered in the System for Award Management (SAM). Firms can register at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be731b5d9163f0a2bc1fde7aaf5b5017)
- Place of Performance
- Address: 1000 Independence Ave., Wahington, District of Columbia, 20585, United States
- Zip Code: 20585
- Zip Code: 20585
- Record
- SN04910564-W 20180505/180503231050-be731b5d9163f0a2bc1fde7aaf5b5017 (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 |