Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

J -- WATERFIELD BUILDING HVAC MAINTENANCE, located in Norfolk, Virginia

Notice Date
4/25/2018
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0008
 
Archive Date
5/25/2018
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, firm-fixed-price, Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC) to complete WATERFIELD BUILDING HVAC MAINTENANCE, located in Norfolk, Virginia This contract is to provide for the monthly, quarterly, semi-annual, and annual scheduled preventive maintenance, demand maintenance and repair within the Limit of Liability, and Demand Maintenance above the limit of liability for the HVAC systems for Waterfield Building (Headquarters Building) and the Gate House Building located at 803 Front Street, Norfolk, Virginia. The goal is to support the mission by maintaining building interior environmental conditions while minimizing disruption to operations within the facility. An initial contract comprised of a firm-fixed price (FFP) for preventive maintenance, demand maintenance and/or repair up to the Limit of Liability (LoL) and the ability to request proposals and award orders for demand requirements in excess of the LoL will be awarded to the successful offeror. The Government shall have the right to issue Demand Maintenance Task Orders for any section in accordance with the process outlined herein. Additionally, the Government shall have the right to add Task Orders not included above by way of a bilateral modification to the contract. This Contract cannot be used for constructing new facilities, additions to existing facilities or performance of major renovations. The Contractor will provide transportation, mobile communications, and supervision of Contractor employees and subcontractors involved with the preventive maintenance for the listed HVAC equipment at the USACE facilities presented herein. In addition, the Contractor shall provide (through a combination of Contractor in-house and subcontractors) all necessary labor, materials, tools, plant and equipment to execute the scope of services in the PWS and as indicated in approved Task Order Requests. The Contractor will procure all materials and equipment (except those specifically referred to as "U.S. Government Furnished"). All work shall be accomplished in a timely and workmanlike manner by journeymen or under the immediate supervision of journeymen and in compliance with the terms of the latest applicable codes, standards and provisions for maintenance and repair work, U.S. regulations, technical manuals and federal specifications as referenced in various sections of this PWS, and specific USACE criteria. The project will be solicited as a 100% Service Disabled Veteran Owned Small Business (SDVODB) set-aside. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. In addition to the examining criteria detailed in FAR 9.104-1 - Contractor Qualifications: General Standards, the Contracting Officer will also examine whether the low bidder can meet the requirements of two (2) Definitive Responsibility Criteria. The apparent low bidder will be required to furnish documentation that demonstrates that the contractor meet the following experience requirements: 1. Provide documentation that the assigned HVAC mechanic(s) possess a minimum total of five years of HVAC experience within the last ten years. Provide documentation that the mechanic(s) are Universal EPA Refrigeration Certificate Holders, with copy of certificate. 2. Provide a documentation of the successful performance of at least three (3) HVAC system maintenance and repair contracts for buildings or facilities sized 50,000 square feet or larger within the last five (5) years to include: a) Operation to include, but is not limited to packaged HVAC units, split-systems, Variable Air Volume (VAVs), air handling units, pumps, exchangers, and fans and other plumbing systems. b) Centrifugal Chiller operations to include a variety of installation functions associated with diagnostics, dismantling, and repairs of machines and mechanical equipment. c) Installation of equipment replacement and retro fit. Able to service compressors, air handlers, pumps and control systems. Bidders can use one or more projects per work component, above, to demonstrate past experience. Each work component must be addressed. If a subcontractor is used to complete a work component, that subcontractor must demonstrate his past experience in that work component. The Contracting Officer will verify that the submitted projects meet the definitive responsibility criteria as part of the responsibility determination. Bidders are not required to submit additional documentation related to these criteria at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award. Should the apparent low bidder fail to submit sufficient documentation in accordance with the pertinent responsibility criteria, in particular the Definitive Responsibility Criteria, the Contracting Officer is authorized to make an affirmative responsibility determination, and the apparent low bidder may be determined ineligible for award. NAICS code 238220 is applicable to this acquisition. The proposal will be posted on or about 16 May 2018. Search on W91236% on FedBizOps (www.FBO.gov) for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. SAM Registration must also be active and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will prevent access to FedBizOps and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0008/listing.html)
 
Place of Performance
Address: 803 Front Street, norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN04900516-W 20180427/180425230754-efe0b8afedb1a476e469ead655e259a8 (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.