Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2007 FBO #1881
SOLICITATION NOTICE

Z -- Boilers Refurbishment Project, Woodlawn, MD

Notice Date
1/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-03P-07-DX-C-0013
 
Response Due
3/21/2007
 
Archive Date
7/21/2007
 
Description
The United States General Services Administration has a requirement for the selection of a quality contractor for the Boilers refurbishment in the Boiler plant in the Altmeyer building at the Social Security Administration (SSA) Complex, 6401 Security Blvd., Woodlawn, MD 21235. The base contract is the rehabilitation of the boiler plant, option 1 is for Feed water replacement and option 2 is for condensate piping replacement. This project is to be awarded as a firm fixed price contract. The work includes but is not limited to the following: Remove and replace steam system piping, valves, insulation, and instrumentation as depicted on the Contract Documents. Remove and replace feedwater system piping, valves, insulation, and instrumentation as depicted on the Contract Documents. Remove and replace condensate system piping, valves, insulation, and instrumentation as depicted on the Contract Documents. Remove and replace boiler blow off system piping and valves as depicted on the Contract Documents. Remove and replace natural gas system piping, valves, and instrumentation as depicted on the Contract Documents. Remove existing fuel oil system piping, valves, and instrumentation as depicted on the Contract Documents. Existing buried fuel oil piping shall be abandoned in place. All fluids remaining inside the existing fuel oil lines shall be removed and properly disposed of by the contractor in accordance with all applicable codes, laws, and regulations. Remove and replace burners for existing Boilers Nos. 1, 2, and 3. Install new burner management and combustion controls as detailed in the Contract Specifications for Boilers 1, 2, and 3. Remove the existing boiler economizer and modify boiler breeching to accommodate new individual economizers for Boiler Nos. 1, 2, and 3. Install new flue gas dampers for each boiler outlet. Remove all existing and identified asbestos containing materials from mechanical piping systems, boilers, ductwork, breeching, etc. All asbestos containing insulation within the limits of demolition depicted on the contract drawings and described in the contract specifications shall be abated as part of the base bid. Expand existing water softener system as depicted on the Contract Documents. Remove and replace makeup water system piping, valves, insulation, and instrumentation as depicted on the Contract Documents. Demolish existing lighting as depicted on the Contract Documents. Install new fuel oil system piping, valves, pumps, and instrumentation as depicted on the Contract Documents and as required by the Contract Specifications. Perform repairs to the existing boiler stack as outlined in the Contract Documents. Repair the stack lightning protection system. Demolish existing walk-in instrumentation panel board along north wall of the plant. Provide and install new burner management systems and boiler control panels for boilers 1, 2, and 3. Provide and install a new plant control panel and new SCADA system as specified. Connect the new SCADA system to the existing Johnson Controls Metasys control system as described in the contract documents. Modify the existing supply air and exhaust systems as per the contract documents. Water blast the boiler tubes for Boiler Nos. 1 and 2. Rebrick the furnace floors for Boiler Nos. 1, 2, and 3. Replace the furnace refractory for Boiler Nos. 1 and 2. Repair the surface blowdown lines for Boiler Nos. 1 and 2. Replace the chemical injection feed pipe for Boiler Nos. 1 and 2. Repair the mud drum sludge collection plates for Boiler Nos. 1 and 2. Resurface the drum manways and provide new insulation covers for Boiler Nos. 1, 2, and 3. Remove and replace the sootblower valves for Boiler Nos. 1, 2, and 3. Perform casing repairs for Boiler Nos. 1 and 2. Remove any asbestos encountered during boiler casing repairs. Replace insulation with non-asbestos containing insulation. Provide and install a temporary boiler and its associated support systems. Train GSA/SSA personnel to operate the temporary boiler. Provide and install piping, valves, fittings, and insulation to connect the temporary boiler and its associated support equipment to the existing plant?s steam distribution, condensate return, city water, and sanitary systems. Design, fabricate and install a temporary stack for the temporary boiler. Upon removal of the temporary boiler and stack restore site to previous condition. Schedule construction activities such that only one boiler is under construction at any given time. Construction and/or demolition may not begin on the subsequent boiler until the boiler under construction has been commissioned. The estimated cost of the project is between $5,000,000.00 to $10,000,000.00. This project will be awarded as 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. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Key Personnel Qualifications, 2. Past Performance, 3. Team Organizational Structure, 4. Small Disadvantaged Business Participation. The NAICS code applicable to this project is 238220. This procurement is being solicited as unrestricted. This announcement also constitutes the synopsis of the pre-invitation notice. A Pre-proposal conference will be in the near future. Time, date and location will be provided in the solicitation. PRIOR NOTIFICATION of attendance to this conference is MANDATORY due to building security. Please provide your Company name and all potential attendees full names to Alicia Martin on (215)446-4506. Please mail, fax or email your information to Alicia Martin, at GSA, Chesapeake Service Center (3PC), The Strawbridges Building, 20 N. 8th Street, Philadelphia, PA 19107-3191; fax 215-209-0663 or email alicia.martin@gsa.gov, reference Solicitation Number GS-03P-07-DX-C-0013 for identification purposes. Interested Parties/How to Offer: The solicitation package (Including specifications, drawings, offer forms, clauses, and provisions) will only be available electronically. It will be available on or about 2-5-07. The solicitation will not be available on the FedBizOpps website. The solicitation can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedTeDS 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 FedTeDS website, www.fedteds.gov or the CCR website, www.ccr.gov. Any questions regarding this notification should be directed to Alicia Martin (215) 446-4506.
 
Place of Performance
Address: Social Security Administration (SSA) Complex, Altmeyer Building, 6401 Security Blvd., Woodlawn, MD
Zip Code: 21235
Country: UNITED STATES
 
Record
SN01214929-W 20070120/070119093714 (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.