Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

Y -- FY17 ADD/ALTER HVAC, RPA OPERATIONS CENTER BLDG 848, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-17-R-0017
 
Archive Date
6/15/2017
 
Point of Contact
Michelle Kessinger, Phone: 5053423279
 
E-Mail Address
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed procurement is a Small Business Set-Aside, Best Value Tradeoff, Request for Proposal (RFP), and thus open to small businesses only. NAICS is 238220, with a size standard of $15,000,000.00. The magnitude of construction for this project will be between $1,000,000.00 and $2,500,000.00. Bonding will be required for this acquisition. Offerors attention is directed to Section 00100 in the Solicitation for information regarding the tour of the site. Plans will be issued on or about 01 May 2017, with proposals due on or about 31 May 2017. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds. THE PROJECT consists of construction to upgrade and add to the heating, ventilation, and cooling (HVAC) system in an existing computer server room located in a squadron operation facility (SOF) at Cannon Air Force Base in Clovis, New Mexico. The facility supports a mission-critical, high-security, 24/7 operation which must be in continuous operation at all times during construction. The server room requires a new reliable and easily maintainable cooling system, with a redundant backup system, that is operated and controlled independently from the existing evaporative chiller infrastructure. The new system will only service the server room. The server room is a high-density server room located on the first floor of the facility. The room is approximately 1,600 square feet (SF) and is currently cooled by four 6-ton computer room air handler (CRAH) units that are connected to the central chiller plant. Cooling is accomplished via underfloor cooling utilizing perforated tiles. The existing cooling system does not provide enough cooling to the server room and is currently supplemented by portable air conditioners and an additional air cooled condensing unit. The underfloor plenum is congested with communications and electrical infrastructure, with air flow delivered through a raised floor plenum system. The new HVAC system will include the required chillers, computer room air handlers, electrical infrastructure, chilled water supply lines, return water lines, pumps, controls, and other supporting infrastructure to provide a standalone, redundant, and concurrently maintainable HVAC system delivering the required cooling to support the server room. The maximum load for the server room based on installed equipment is 75 tons. The project will include alterations to the existing HVAC system in order to repair, replace, or add any required equipment and infrastructure to provide the required cooling and to provide the redundancy to remove single points of failure from the HVAC system. Sustainable principles, to include life cycle cost effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, Higher Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. THE PROJECT will be advertised as a Request for Proposal. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in selection of a firm that represents the best value to the Government. The proposed procurement will result in a firm-fixed price contract. Questions of a technical nature should be addressed to Ms. Eileen Shannon at (505) 343-6264 or e-mail at: Eileen.L.Shannon@usace.army.mil. OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors' responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FedBizOps website at www.fbo.gov. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, or final award process, and is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-17-R-0017/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, Curry County, New Mexico, 88103-5146, United States
Zip Code: 88103-5146
 
Record
SN04480281-W 20170422/170421000140-6a413d3dfe959d3da9450e0b3d312fe9 (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  © 1994-2020, Loren Data Corp.