Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

45 -- Heating Systems Modernization

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Energy, Sandia Corp. (DOE Contractor), Sandia National Laboratories, PO Box 5800 MS: 0115, Albuquerque, NM, 87185
 
ZIP Code
87185
 
Solicitation Number
Reference-Number-10243-HSM
 
Response Due
11/18/2005
 
Archive Date
12/31/2005
 
Description
HSM Federal Business Opportunities IMPORTANT RESPONSE NOTICE: ALL inquiries must be directed to Genaro Montya, Sandia National Laboratories, Sandia Contracting Representative: email: emontoy@sandia.gov. Responses must be addressed as provided herein below. Sandia National Laboratories (Sandia), in Albuquerque, New Mexico intends to contract for construction services to install local hydronic heating systems servicing approximately 50 buildings at Sandia National Laboratories for the Heating Systems Modernization (HSM) project. Sandia is a multi-program laboratory operated by Sandia Corporation, a Lockheed Martin company, for the United States Department of Energy (DOE). The purpose of the HSM project is to abandon the steam production and steam/condensate distribution system servicing Technical Area I. Decommission, decontaminate and demolish the central steam plant and related fuel oil storage and distribution system. Replace the central system with a local boiler system and domestic hot water system tailored to the individual buildings currently served by the central system. In general, the goals of the project are to: ? Replace the existing central steam system with local (building or buildings specific) boiler heating systems. ? Install domestic hot water equipment to service the needs of the affected buildings. ? Install new gas utility piping to support the new local systems. ? Decontaminate the steam pits associated with the steam distribution system and abandon in place. ? Accomplish all of the above with no or minimal impact on the building occupants. At this time, Sandia is only requesting Expressions of Interest to establish a list of qualified small business construction contractors. For the purpose for this request, the NAICS code applicable is 238220, Plumbing, Heating and Air-Conditioning Contractors. The size standard in millions of dollars is $12.0 average or less over 3 years. Responses to the request for expressions of interest will be evaluated on ability to meet the mandatory requirements listed below. The firms judged as meeting the mandatory requirements will be sent a Request for Quotation (RFQ). Selection of the group of successful contractors will be based on evaluation of the responses to the RFQ that represents technical superiority to Sandia based on detailed criteria indicated within the RFQ. Multiple unfunded Contract Purchase Agreements (CPA?s) will be awarded. The contractors will then be provided a series of design packages for firm, fixed price quotations (each individual package will be quoted separately). The result will be a number of Task Order Releases placed against the appropriate CPA contracts. The estimated construction value of the project is roughly $30 million. Individual projects range from $200K-$3M per package. This procurement is subject to the Davis Bacon Act (FAR 52.222-6 which can be located at http://farsite.hill.af.mil/vffara.htm) including flow down to subsequent tiers of subcontractors and shall therefore have an associated wage determination decision in the Request for Quotation (RFQ) issuance. Mandatory Requirements: 1. Offeror shall provide a copy of their MM-98 license 2. The prime contractor must be able to provide payment and performance bonds for projects estimated at $250,000. Offeror shall submit documentation from their surety company verifying the prime contractor's ability to bond for at least this dollar amount. 3. Offeror shall provide proof that they meet the size standard ($12M average over 3 years) for the North American Industry Classification System code (NAICS) 238220, Plumbing, Heating and Air-Conditioning Contractors. Contractor shall perform work for at least 25% of the cost of the contract, not including the cost of materials, with its own employees. Contractor shall provide a copy of their Small Business Administration certificate and provide proof of registration with the CCR (Central Contractor Registration) which can be found at http://www.ccr.gov/. 4. Offeror's OSHA incidence rate must be less than the national average for NAICS code 238220. This will be averaged for the most recent three (3) year period. Offeror shall provide a certified letter from their payroll department verifying the manhours for each of the past three years plus the OSHA 300 logs for the past three years. Provide your company's OSHA incidence rate over the past three years. (Please specify either the number of incidences per man hours or total days worked). Also, provide this information for any subcontractors who will be performing 10% or more of the work. Provide your company's current Worker's Compensation Experience Modifier Rating (EMR). EMR should be less than 1 over three years. Also, provide an EMR for any subcontractors who will be performing 10% or more of the work. 5. Offeror shall demonstrate their capability and that of any subcontracted firm(s) to perform boiler installation and or replacement (Greater than 1 million BTU) type work. Please provide the following information on a project (minimum of 1, no more than 5 examples): 1) Description of who work was performed for (owner), 2) size of boiler installed, 3) contract value, 4) and year work was performed. 6. Offeror shall demonstrate their ability to utilize scheduling software. Submit the output of a scheduling package used on a previous job. 7. Company must have electronic capability for e-mail and Internet access. All work for this project (Request for Information, submittals, change orders, etc) will be done electronically. Company must self-certify this ability in writing in their response. State company owned computer capability including operating system, storage capacity and processing speed. Format for the response to the expression of interest: Furnish six (6) copies of your response, five printed and one electronic. The response must not exceed ten (10) pages (including attachments, charts, photos, etc.), be typewritten (on 8 1/2" x 11" white paper), minimum 10 pt. font and with sequentially numbered pages. One copy shall be provided on computer disc. The response shall contain enough information to verify adherence to the mandatory requirements stated in this request for Expressions of Interest. Address each requirement listed under ?Mandatory Requirements? above. Please identify and tab or sequence information in the same format as the Mandatory requirements listed above, for ease of evaluation. - Tab 1 - License - Tab 2 - Bonding - Tab 3 - Small Business Certification - Tab 4 - Safety - Tab 5 - Demonstrated Experience - Tab 6 - Scheduling - Tab 7 - Electronic Capability Index sheets/section dividers may be added in the response and not be included in the 10-page limitation provided they do not present qualification information. No telephone or facsimile proposals will be considered. Response must be received by November 18, 2005 Any questions must be submitted in writing to Sandia National Laboratories no later November 1st, 2005, Attention: Genaro Montoya; Mailstop 0222; 1515 Eubank SE; Albuquerque, New Mexico 87123-0222; telephone 505-284-0625; facsimile 505-844-0522, and e-mail address gmontoy@sandia.gov. If a sufficient amount of qualified small business construction contractors are not identified the solicitation will go out nationally.
 
Place of Performance
Address: Sandia National Laboratories, Albuquerque, NM
Zip Code: 87123
Country: USA
 
Record
SN00917749-W 20051021/051019211803 (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 |
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.