Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2014 FBO #4621
SOLICITATION NOTICE

Z -- Whiteman AFB CASS Chiller Replacement

Notice Date
7/18/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-B-4011
 
Response Due
9/30/2014
 
Archive Date
10/30/2014
 
Point of Contact
Lacy Kay, 8163893509
 
E-Mail Address
USACE District, Kansas City
(lacy.kay@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue an Invitation for Bid (IFB) Small Business Set-Aside solicitation for the Design-Bid-Build Project consisting of replacing the reciprocating Consolidated Aircraft Support System (CASS) chiller for Building T-9 with an option to replace the reciprocating CASS chiller for Building B-1. Projects are located at Whiteman AFB, Johnson County, MO. The general scope of work includes, but is not limited to: Construction Contractor replacement of reciprocating CASS chillers with 90 ton factory assembled, packaged air cooled liquid chillers with screw compressors. The existing chilled water piping system and circulating pumps will also be replaced. Controls shall be compatible with the existing Metasys system. The DDC shall communicate through the Base Intranet. The new chilled water system shall include: chillers, piping, valves, pumps, pipe insulation, controls, electrical wiring, refrigerant charge, water treatment, and all accessories. Bids received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 14. This IFB will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 200 calendar days from Notice to Proceed (NTP). The North American Classification System (NAICS) Code for this project is: 236220. Small Business size standard for this project is: $36.5 million. This announcement serves as the advance notice for this project. This Small Business Set-Aside solicitation will be available on or about August 1, 2014 on the FedBizOpps website at www.fbo.gov. The solicitation including any amendments shall establish the official opening and closing date and time. At this time, no pre-solicitation conference is planned for this solicitation. If the government does elect to hold a pre-solicitation conference, the pre-solicitation announcement will be modified accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $1,000,000 and $5,000,000. A Bid bond will be required with your bid in the amount of 20% of the bidder proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov and ProjNet at https://www.ProjNet.Org. Downloads are available only through either the FBO and/or ProjNet websites. Any amendments will only be available from either the FBO and/or ProjNet websites. Offerors are responsible for checking the both the FBO and ProjNet websites frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. 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. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) Part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Lacy Kay and can be reached by phone at (816) 389-3509 or by email at lacy.kay@usace.army.mil. Contracting Office Address: US Army Corps of Engineers Kansas City, District, ATTN: CECT-NWK-M, Federal Building, RM 647, 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: Whiteman AFB, Missouri Point of Contact(s): Lacy Kay, 816-389-3509
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-B-4011/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03430041-W 20140720/140718234600-b371db060b2653d893415c370e758318 (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.