SOLICITATION NOTICE
Z -- HVAC Upgrades at Dunbar Senior High School, District of Columbia Public Schools, Washington, DC
- Notice Date
- 1/29/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Civil Works, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACW31-02-R-0013
- Response Due
- 3/14/2002
- Archive Date
- 4/13/2002
- Point of Contact
- Kimberly Robinson, 202-529-9463
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Civil Works
(kim.robinson@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The proposed contract listed here is unrestricted. NAICS Code 235110 (formerly Standard Industrial Code is 1711), size standard is $11.5. All responsible sources are encouraged to submit a proposal, which shall be considered by the Agency. Total estimat ed contract value between $500,000.00 and $1,500,000.00. Government intends to make one (1) award from the solicitation for technically acceptable and low cost. Competitive proposals will be evaluated on the evaluation criteria as set forth in the solici tation package consisting of the following factors, but not listed in order of importance: Technical, Cost and Subcontracting Plan. Subcontracting goals are 65% for small business, 15% for small disadvantaged businesses, 8% for women owned business, 3% fo r HubZone, 3% for Veteran Owned Small Business and 3% for Disabled Veteran Owned Small Business. HVAC upgrades generally consist of approximately 30 centrally located air handling unites (AHU) and 150 local conditioned space reheat coils to be repaired on a unit-by-unit basis. Repairs include, but are not limited to replacement of valves and controls on all units and other miscellaneous cleaning, straightening, belts, bearings, lubrication, etc. Existing control system is pneumatic; the replacement contr ol system is to be local electric/electronic with central BACnet energy management system (EMS) and front-end personnel computer (FEPC) interface. The Contractor shall be responsible to identify, design and abate areas of hazardous materials, demolish exi sting under a negative pressure dust filtration system, monitor/record health-safety by aggressive air sampling during demolition, coordinate and provide individual repairs and replacement control system meeting the specified requirements. Work shall not interrupt the owner?s operation of any existing chilled water plant between the hours of 6 am to 6 pm Monday through Friday, during regular and summer school sessions, excluding holidays. The Contractor shall provide spare parts, O&M documentation, as-bui lts, posted bulletins/labeling, testing, system demonstration, training and one year O&M service on a monthly basis. Debt Collection Improvement Act of 1996, effective March 31, 1998 all contractor must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Contact CCR Web site at http://www.ccr2000.com. Other CCR Customer Service at 1-888-227-2423. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center (CCR AC) at 1-888-CCR-2423. Solicitation Number DACW31-02-R-0013 will be available on the U.S. Army Corps of Engineers, Baltimore District, web site at https://www.nab.usace.army.mil go to Contracting Opportunities, Electronic Bid Sets, and Solicitation number . Issuance o/a 13 February 2002; proposal due date o/a 14 March 2002.*****
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Civil Works 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN20020131/00020150-020129210250 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |