Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

Y -- DB/DBB IDIQ Mechanical/ Fire Protection MACC for Facilities Primarily Located within the AOR of NAVFAC Mid-Atlantic, Public Works Department Great Lakes, Illinois

Notice Date
5/18/2017
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517R5014
 
Response Due
6/2/2017
 
Archive Date
6/17/2017
 
Point of Contact
Crystal Chatmon 757-341-0081 Crystal Chatmon
 
E-Mail Address
1-0081
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This notice does NOT constitute a request for proposal, request for quote or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity (IDIQ) Mechanical/ Fire Protection Multiple Award Construction Contract (MACC) for Facilities Primarily Located within the Area of Responsibility (AOR) of NAVFAC Mid-Atlantic, Public Works Department (PWD) Great Lakes at Naval Station Great Lakes in Great Lakes, Illinois, to include Fort Sheridan, Glenview, remote Naval Operations Support Center (NOSC) locations, and special use areas within a 450 mile radius. This solicitation has been approved by the NAVFAC Office of Small Business Programs as a total small business set-aside. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors, and the Small Business Size Standard is $15,000,000. This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1. The basis for evaluation and evaluation factors for award will be included in the solicitation. PROJECT DESCRIPTION: Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across the PWD Great Lakes AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, additions, alterations, maintenance, and repairs of mechanical systems, fire protection systems, and supporting electrical systems. Types of systems may include: heating, ventilating, and air conditioning (HVAC); plumbing; variable refrigerant flow (VRF); HVAC controls; direct digital controls (DDC); pneumatic controls; and associated components, including electrical hookups, building distribution systems, fire pumps, clean agent systems, kitchen fire suppression, ATFP, HVAC shutdown, and carbon monoxide detection in support of the PWD Great Lakes AOR managed by NAVFAC Mid-Atlantic. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office. This solicitation will result in a competitively negotiated firm fixed-price IDIQ MACC. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $95,000,000 over the base year and four option periods combined, not to exceed 60 months. Task orders will be firm fixed-priced, normally in the range of $10,000 to $5,000,000 per order. However, task orders under or over these amounts may be considered if deemed to be in the Government s best interest and approved by the Contracting Officer. The initial project ( seed project ) that will be awarded as the first task order concurrently with the basic contract is design- build Chiller Replacement at building 238 Naval Station Great Lakes, IL. The intent of the work is to provide all engineering, design, transportation, supervision, materials, equipment and labor to replace water-cooled chiller in Building 238, Naval Station, Great Lakes, IL. Currently, Building 238 chiller is located in the Second Floor Mechanical room. The existing water-cooled chiller information is as follow: Trane 180 ton, model RTHB180F, serial number U98L04068. The existing chiller is 17 years old which exceeds the 15 years ASHRAE service life. The existing chiller shall be replaced with a new water-cooled chiller of the same capacity and to match the existing chiller s foot print and performance. In accordance with FAR 36.204, the magnitude of construction for the seed project is between $250,000 and $500,000. The Request for Proposal (RFP) will be issued on or about 03 June 2017, and the Government anticipates award of this contract by September 2017. All documents will be in Adobe Portable Document Format (PDF) and downloadable from the Navy Electronic Commerce Online (NECO) website located at https://www.neco.navy.mil. A free Adobe Acrobat Reader, required to view PDF files, is available for download from the Adobe website. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. IMPORTANT NOTICE: All prospective contractors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the Federal Government. For additional information, go to www.sam.gov. Questions regarding this notice should be directed to Crystal Chatmon at crystal.chatmon@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R5014/listing.html)
 
Record
SN04514299-W 20170520/170519000134-2926321a25ba799175f72fa9124652e5 (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.