Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

Z -- 8(a) Competitive JOC NAICS 238220 Plumbing, Heating and Air Conditioning Contractors

Notice Date
8/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, POINT LOMA FEAD/CODE ROPML Naval Base Point Loma 4635 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247315R1012
 
Response Due
8/31/2015
 
Archive Date
9/15/2015
 
Point of Contact
Mariangela Monsalve 6195248534 Mariangela Monsalve at 619-524-8534 or mariangela.monsalve@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION N62473-15-R-1012, which is being issued as a competitive Lowest Price Technically Acceptable (LPTA) procurement limited to 8(a) firms with the assigned NAICS code of 238220. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the San Diego, CA District Office, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) firms participants are deemed ineligible to submit offers. The Synopsis/Solicitation Number for this announcement is N62473-15-R-1012. The Naval Facilities Engineering Command Southwest, FEAD Point Loma, has a requirement for work of new minor construction, renovation and repair for Plumbing, Heating and Air Conditioning Contractors under NAICS code 238220 at various locations predominantly within the NAVFAC Southwest area of responsibility (AOR) for Naval Base Point Loma (NBPL), San Diego, California. This contract will include a twelve (12) months base year and four (4) twelve (12) month s options years. There will be no future synopsis in the event the options included in the contract are exercised. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $10,000,000. Task orders will range between $2,000 and $500,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The only work authorized under this contract is work ordered by the government through issuance of a task order by the NAVFAC FEAD Point Loma, Contracting Officer. It is anticipated that task orders/projects issued on this Job Order Contract (JOC) may consist primarily of projects under NAICS 238220. Type of work/projects may include, but is not limited to: heat generating systems, including boilers, piping pumps, auxiliary equipment, and associated appurtenances; cooling generating systems, including chillers, cooling towers, evaporative coolers, condensing units, direct expansion systems, piping, pumps, and associated appurtenances; distribution systems, including supply and return air systems, ventilation and exhaust systems, steam, hot water, glycol and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; terminal packages units, including gas fired unit heaters and radiant heaters, thru the wall units, self-contained and rooftop air conditioners and heat pumps and associated appurtenances; control and instrumentations, including compatible protocol direct digital controls and associated media conversion components, fiber optics, energy monitoring and control systems with transparent compatibility, protocols and global programming for seamless network wide control strategies and graphics for existing base wide networks, building automations and associated appurtenances; energy supply, including oil, gas, steam, hot and chilled water distribution systems; other Heating, Ventilation, Air-Conditioning (HVAC) systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing, and commissioning. Projects may also require HVAC related work such as, but not limited to, demolition and disposal of materials containing lead paint and asbestos, removal and installation of equipment, duct cleaning, and all structures (including buildings) that may be affected by the work associated with the HVAC system. The North American Industry Classification System (NAICS) code is 238220 and the annual size standard is $15.0 million According to FAR 19.1308 (b) (2) For construction by special trade contractors, at least 25 percent of the cost of contract performance to be incurred for personnel using the concern s employees . The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Source selection procedures will be used and award may be made to the Offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors will be considered such as: 1. Experience, 2. Past Performance and 3. Safety, please refer to Section L of the attached solicitation for Instruction to Offerors. THE SOLICITATION AND ASSOCIATED DOCUMENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No hard copies will be provided. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The government will not pay for information requested nor will it compensate any respondent for any proposal. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The mail address is: 4635 Pacific Highway, Building 1-N, San Diego, CA 92110 The Government will conduct a Pre-Proposal Conference/Site Visit 10:00 AM local time (PST) on August 24, 2015. Pre-proposal site walk is mandatory. Email list of attendees (including Name of Company, Attendee Name, DOB, and Citizenship) to Mariangela Monsalve at mariangela.monsalve@navy.mil. No more than three people per company will be allowed. Proposals are due by 2:00 PM local time (PST) on August 31, 2015 refer to Section A.11, for proposal delivery address. The offeror agrees to hold its offer firm for 120 days from the date specified for receipt of proposals. See Section L, Proposal Submission Requirements for more information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A5/N6247315R1012/listing.html)
 
Record
SN03841178-W 20150819/150817234547-b3d77c89fc117002eaef23e40fb661fd (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.