Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
SOLICITATION NOTICE

Z -- Chiller & Cooling Tower Installation at the Jacob Trieber Federal Building/Post Office/Courthouse

Notice Date
5/9/2016
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07-P-16-HT-C-7007
 
Point of Contact
Shawna M. Villarreal, Phone: 8178505541
 
E-Mail Address
shawna.villarreal@gsa.gov
(shawna.villarreal@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Project Description The General Services Administration, Public Building Service, Region 7, intends to solicit proposals for the removal of two 81 ton air cooled chillers and installation of two 87 ton magnetic levitation chillers, two condenser water pumps, five (5) VFD's, step up transformer(s), water treatment controller, water treatment chemical pumps, emergency eye wash, condenser water piping and cooling tower. The Place of Performance is at the Jacob Trieber Federal Building/Post Office/Courthouse located at 312 S Main Street, Helena, AR. All necessary connections, valves, pumps, piping and electrical modifications shall be included. In addition, the new chillers' control system shall communicate with the existing building automated system. The replacement chillers shall be wired to and communicate by BACNet directly to the Building's Niagara JACE Controller. The chillers shall not be linked through a propriety building system controller. The contractor will be responsible to verify the existing BAS and provide all necessary wiring, controls, and/or Modbus/BACNet cards (if needed) to integrate the chillers' controls to BAS. The Contractor will have 30 days to complete the work after the chillers arrive on site. The new chiller and cooling tower requirements are as follows: Chillers Two (2) new 87 ton mag lev chillers Evaporator EWT/LWT (F) 55.0/45.0 Evaporator GPM - 207.5. Condenser EWT/LWT (F) 85/94.1 Condenser GPM - 270 Evaporator Pressure Drop (Not to exceed) - 6.89 psi Condenser Pressure Drop (Not to exceed) - 8.38 psi Exhibit A Cooling Tower 270 GPM 95/85 with 80WB HDPE Construction seamless polyethylene Basin Heater/Ladder/Safety Gage/ Inlet Louver Filter/Vibration Switch/Fill Valve and one spare fill valve Outlet Strainer on tower Exhibit B In accordance with FAR 52.219-6, this procurement will be a TOTAL SMALL BUSINESS SET-ASIDE. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total Small Business concern under the North American Industry Classification System (NAICS) 238220 with the small business size standard of $15M. A joint venture will be considered for award as long as each concern is small under the size standard corresponding to the NAICS code assigned to the procurement and the joint venture is registered within the System for Award Management (SAM) at the time the joint venture submits its offer under this solicitation. The Government will recognize the integrity and validity of the joint venture, provided, the arrangements are identified and company relationships are fully disclosed in an offer, or, for arrangements entered into after submission of an offer before the arrangement becomes effective. The solicitation number will be GS-07-P-16-HT-C-7007. The procurement will be awarded using FAR Part 15 procedures. The contract type will be Firm-Fixed-Price. The magnitude of construction is between $500,000 to $1,000,000. The solicitation will be available for download on or about May 24, 2016. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website located at https://www.fbo.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Proposal submissions will be due on or about June 23, 2016. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value from the selection of the technically acceptable proposal with the lowest evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors. A pre-proposal conference/site visit will be noted within the solicitation. Contractors are encouraged to attend the pre proposal walk-through and to verify all existing conditions at the job site prior to bidding on project. Failure to do so will not relieve contractor of his/her responsibility to properly estimate the cost of this project. This is the only opportunity contractors will get to visit the site to conduct a walk-through and ask questions. GSA will not have anyone available to accompany contractors or their representatives (sub-contractors) after the scheduled pre-bid walk-through. Offerors MUST be registered within the SAM database in order to receive an award for this procurement. The website for SAM is https://www.sam.gov/portal/public/SAM/. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR)/FedReg, and Online Representation and Certifications Application (ORCA). Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. Offerors are required to use the SAM database for Representation and Certification submissions under this solicitation. All responsible sources may submit a proposal which shall be considered by the agency. Questions may be directed to Shawna Villarreal, Contracting Officer, at shawna.villarreal@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07-P-16-HT-C-7007/listing.html)
 
Place of Performance
Address: Jacob Trieber Federal Building/Post Office/Courthouse, 312 S Main Street, Helena, Arkansas, 72342, United States
Zip Code: 72342
 
Record
SN04110127-W 20160511/160509234437-189b81254ad3fbff7e1045107a0cb699 (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.