Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

41 -- Replace HVAC UNITS Davis Bayou Visitor Center Bldg

Notice Date
5/11/2017
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NPS, SER - West MABO Headquarters, Gulf Islands Nat'l Seashore 1801 Gulf Breeze Parkway Gulf Breeze FL 32563 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01082
 
Response Due
5/26/2017
 
Archive Date
6/10/2017
 
Point of Contact
Ward, Evans
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Department of the Interior, National Park Service (NPS), Davis Bayou Area of Gulf Islands National Seashore, has a requirement for a firm-fixed price purchase order to perform cyclic replacement of HVAC Units at the Headquarters-Visitors Center in Ocean Springs, MS. HVAC contractors within the local trade area are encouraged to submit a quotation or offer. The solicitation number P17PS01082 is being issued as a request for quotation (RFQ). This solicitaiton incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-94 and 95 thru Jan 19, 2017. This procurement is set-aside 100% Small Business, the applicable NAICS code 238220 and the corresponding Size Standard $15.0. Any concern submitting a bid or offer in its own name, other than on a construction or service contract, that proposes to furnish an end product it did not manufacture (a "nonmanufacturer"), is a small business if it has no more than 500 employees. LINE ITEM 00010: EQUIPMENT (9) HVAC SPLIT SYSTEMS Equipment primarily consist of energy efficient HVAC Air Source Heap Pump Split Systems (AHU and HP varying in size from 2 Ton to 4 Ton Units) and associated components. AHRI certified equipment is listed in the AHRI Directory of Certified Product Performance. This trusted source of performance certified heating, ventilation, air-conditioning, and commercial refrigeration equipment and components is available on-line at https://www.ahridirectory.org/ahridirectory/pages/home.aspx. AHRI verify that equipment meets the criteria established by the federal ENERGY STAR ® program and by the Consortium for Energy Efficiency. CEE Directory of Efficient Equipment is also available on-line at http://www.ceedirectory.org/site/1/Home. This Directory provides assurance that the equipment has the backing of AHRI and achieves the stated efficiency when properly installed and maintained. NOTE: The (2) mini Mitsubishi units do NOT need replacement and are NOT INCLUDED in this contract. LINE ITEM 00020 EQUIPMENT INSTALLATION The principal work consists of removal of existing units and disposal off-site in an environmentally friendly manner. Existing systems include: Make: Carrier Coastal Series: Model Type/Ton QTY 25HCA336A510 3 -Ton 6 25HCA360A500 2 -Ton 2 25HCA348A500 4- Ton 1 plus nine (9) AHU indoor units and associated components. NOTE: Refrigerants with ozone destroying hydrochlorofluorocarbons (HCFCs) were commonly used in heat pumps. When retiring models that contain HCFCs, the Clean Air Act requires that certified technicians recover the refrigerant on-site and dispose of it in an environmentally friendly manner. The new HVAC equipment shall be installed in accordance with industry-recognized quality installation practices (e.g., correct equipment selection, installation, and commissioning). HVAC Quality Installation Specification (ANSI/ACCA 5 QI current edition or equivalent) is recommended. This Standard provides a universally accepted definition for quality installation across a broad spectrum of the HVAC industry (e.g., manufacturers, distributors, contractors, user groups, customers, utilities, efficiency advocates, trade associations professional societies, and, governmental agencies). Quality installation is more than just using high-efficiency products and systems. The correct design, proper installation, and final testing have a large impact on occupant satisfaction and energy savings. DESCRIPTION: Scope of work consists of, but not limited to, all equipment, labor, tools, incidentals necessary to replace the existing HVAC Split Systems and replace like-in-kind with Energy Efficient equipment, commercially available off-the-shelf (COTS) items. Minimum ENERGY STAR efficiency requirements (greater than or equal to): 8.5 HSPF/ 15 SEER/ 12.5 EER for EFFICIENT SLIT SYSTEM AIR SOURCE HEAT PUMP MODELS are preferred. The new outdoor condenser unit shall include a COASTAL OPTION that is suitable to withstand a harsh seacoast environment (salt/weather resistant materials will help extend the life of the unit). 1. BACKGROUND This project is for HVAC Replacement at the Visitor Center of Gulf Islands National Seashore, Davis Bayou District in Ocean Springs Mississippi. This 8,400 SF building supports a Visitor Center with an Interpretive Exhibit Museum and Auditorium, as well as an Administrative Facility with office space for 15+ staff. Davis Bayou receives approximately 36,000 visitors a year. The estimated age of the existing HVAC System is 10 years. 2. OBJECTIVES: This project is for Cyclic Maintenance Replacement of the Visitor Center/Museum/Office Heating and Ventilating System Components, which are near the end of the useful cycle. A new HVAC System including; heat pumps, condensing units and air handler components with Energy Efficient equipment will be installed. 3. PLACE OF PERFORMANCE: The location of this project for which these services are contracted is within the Gulf Islands National Seashore (GUIS), a unit of the National Park Service (NPS), in Jackson County, Mississippi. The closest city would be Ocean Springs, Mississippi. This project is located in Davis Bayou, 3500 Park Road Ocean Springs Mississippi 39564. Permitted work hours; Monday -- Friday, 7:00 am -- 3:30 pm. Operating Hours of Mississippi Areas: Davis Bayou Area - 8:00 a.m. to sunset daily. William M. Colmer Visitor Center - 8:30 a.m. to 4:30 p.m. daily. 4. DELIVERY AND ACCEPTANCE: All equipment shall be delivered (FOB Destination 39564) and equipment installation work completed within 75 Days after Receipt of Order (ARO). 5. SITE VISIT: May be arranged during normal duty hours by contacting: Name: Ernest Echoles or Joseph Tyson Address: Gulf Islands NS, 3500 Park Road, Ocean Springs MS Telephone: 228-230-4115 or 228-323-5362 INSTRUCTIONS TO OFFERORS: The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation and include pricing and availability of equipment and labor, along with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, product warranty or other documents, e.g. Product Performance Data (cooling and heating) and or a certificate that cites the following: 1) AHRI Certified Reference Number 2) Outdoor Unit Manufacturer (Systems) 3) Outdoor Unit Model Number 4) Indoor Unit Model Number OFFER DUE DATE/LOCAL TIME 05/26/2017 1100 CT Email response to: Andre_Ward@nps.gov or Mail to address as follows: Headquarters, Gulf Islands NS 1801 Gulf Breeze Parkway Attn: Contracting Officer, P17PS01082 Gulf Breeze FL 32563 EVALUATION: The Government will evaluate quotations or offers IAW 12.602 Streamlined evaluation of offers in conjunction with policy and procedures of FAR Subpart 13.106-2. An award selection decision will be made to determine BEST VALUE based upon comparison of offers (Price and other factors considered): (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) Qualifications (licensure or accreditation; NATE-certified technicians, etc.) Solicitations for commercial items do not contain subfactors for technical capability when the solicitation adequately describes the item's intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. COMMERCIAL CLAUSES AND PROVISIONS: The provision at 52.212-3 Offeror Representations and Certifications--Commercial Items The clause at 52.212-4, Contract Terms and Conditions ¿Commercial Items, applies. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies, along with additional FAR clauses cited below: __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). __ (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). __ (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). __ (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). __ (28) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). __ (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). __ (42) 52.223-15, Energy Efficiency in Energy- Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (49)(i) 52.225-3, Buy American ¿Free Trade Agreements ¿Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109- 283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (MAY 2014) of 52.225-3. __ (57) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) (31 U.S.C. 3332). BILLING REQUIREMENTS: Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [Upload Vendor produce Invoice itemized by goods and services tendered for acceptance by NPS]: The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Note: Nonconstruction contracts involving some construction work. IAW FAR 22.402(b)(2) The requirements of Subpart 22.4 Labor Standards for Contracts Involving Construction do not apply if-- (i) The construction work is incidental to the furnishing of supplies, equipment, or services (for example, the requirements do not apply to simple installation or alteration at a public building or public work that is incidental to furnishing supplies or equipment under a supply contract).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01082/listing.html)
 
Record
SN04504944-W 20170513/170511235440-33edb6b97b22fa0220ff8fef4a11e599 (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.