SOLICITATION NOTICE
Y -- Install Utility Monitoring for Electricity and Gas Usage. Monitoring to be accomplished with Upgraded DDC System. Government-owned proprietary Invensys/TAC Inc brand utility monitoring equipment.
- Notice Date
- 7/25/2008
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for South Dakota, USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
- ZIP Code
- 57702-8186
- Solicitation Number
- W912MM08R0004
- Response Due
- 8/25/2008
- Archive Date
- 10/24/2008
- Point of Contact
- Patricia Zolnowsky, 605-737-6739
- Small Business Set-Aside
- Total Small Business
- Description
- The South Dakota Air National Guard located at Joe Foss Field, Sioux Falls, SD and the USPFO for South Dakota intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for services, non-personal, to provide all plant,labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete Install Utility Monitoring for Electricity and Gas Usage, PN: LUXC 0703648 for 114 Fighter Wing at Joe Foss Field, Sioux Falls, SD. The scope of the work includes, but is not necessarily limited to, able to respond within 120 minutes to resolve remote, on-site, and preventative maintenance requirements of Government-owned proprietary Invensys/TAC Inc brand utility monitoring equipment. Offerors must have current certification and license from Invensys/TAC Inc. and must have within their immediate employment adequate number of Invensys/TAC Inc. factory trained and Invensys/TAC Inc. certified support technicians to accomplish all of the elements of the requirement. Subcontracting this requirement will not be allowed. This requirement includes 1) remote, on-site, and preventative maintenance services for Government-owned DDC system equipment, 2) upgrade the existing Government-owned system to allow for more control and remote troubleshooting of the Bases environmental systems, and 3) additional hardware (with installation) to monitor the natural gas and electrical usage in selected facilities. Two year warranty required. Construction/contract completion time is anticipated to take approximately 45 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 238222. The small business size standard is $11.0 million average annual revenue for the previous three years. This action is being procured on Small Business SetAside. The tentative date for issuing the solicitation is on-or about 28 Jul 2008. The date and time for the pre-proposal conference will listed within the solicitation document. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions must be submitted in writing and received by 11 Aug 2008 via e-mail (preferred) to pat.zolnowsky@us.army.mil AND scott.petrik@us.army.mil or fax marked Attn: Pat Z AND Scott P to 605/737-6752, unless otherwise stated within the solicitation document. The solicitation closing date is scheduled for on-or-about 28 Aug 2008. Actual dates and times will be identified in the solicitation. The Government intends to award without discussions. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are 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 EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionallyinaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 114FW, Joe Foss Field, 1201 West Algonquin St, Sioux Falls, SD.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec27e68033c94a4949b1823e0d78f0d5&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for South Dakota 2823 West Main Street, Rapid City SD
- Zip Code: 57702-8186
- Zip Code: 57702-8186
- Record
- SN01623774-W 20080727/080725224623-ec27e68033c94a4949b1823e0d78f0d5 (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 |