Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

41 -- Barkley Heating, Ventilating and Air Conditioning (HVAC) Replacement

Notice Date
6/22/2020 9:17:53 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P520Q0012
 
Response Due
6/26/2020 7:00:00 AM
 
Archive Date
07/11/2020
 
Point of Contact
Rob Holdsworth, Phone: 6157365538, James W. Purcell, Phone: 6157367674
 
E-Mail Address
Robert.B.Holdsworth@usace.army.mil, James.W.Purcell@usace.army.mil
(Robert.B.Holdsworth@usace.army.mil, James.W.Purcell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Nashville District U.S. Army Corps of Engineers (USACE) is issuing this Request for Quote (RFQ), W912P520Q0012, for the purchase and incidental installation of two replacement HVAC units and associated attachments at the Barkley Power Plant, Kuttawa, Kentucky. The technical specifications and drawings will be included in solicitation announcement, W912P520Q0012. All work shall be completed no later than 90 calendar days after award. QUOTE INSTRUCTIONS 1. DESCRIPTION OF WORK: This is a Total Small Business set aside for the removal and installation of two (2) Heating, Ventilating and Air Conditioning (HVAC) to include accessories for Barkley Power Plant in Kuttawa, KY. 2. TYPE OF CONTRACT: The Government intends to award a commercial Firm-Fixed Price supply contract. 3. BASIS FOR SELECTION OF AWARD: Award shall be made to a small business firm who is determined to be responsible. Quote must meet or exceed the performance work statement, specifications and delivery schedule to be considered for award. The contractor shall provide HVAC equipment specification sheets with their quote. The Government will review the specifications sheet to ensure the equipment meets the Government�s specifications. 4. PLACE OF DELIVERY: Barkley Power Plant in Kuttawa, KY. 5. DELIVERY DATE: Completion date for this requirement is 90 calendar days of contract award. 6. SITE VISIT: Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of the contract performance (FAR 52.237-1, Site Visit). The Government has scheduled a Site Visit for June 26, 2020 at 9:00 a.m. Central Time. All attendees shall meet at the Barkley Power Plant, 8439 US Highway 62 West, Kuttawa KY 42055. No other site visit will be scheduled or granted. NOTE: All participants are required to have personal safety equipment, i.e. hard hat and safety toe shoes. Contractors who do not have these items present at the Site Visit may not be able to participate in the visit. Rules for the pre-bid site visit for potential contractors are: a. Notify USACE if experiencing COVID-19 symptoms and remove themselves from the project. b. Notify USACE if caring for someone in their household or have been in close contact with someone with COVID-19 and/ or symptoms. c. Notify USACE if employee has a positive test for COVID-19 within 14 days after site visit. d. At all times OBSERVE SOCIAL DISTANCING and follow CDC guidelines. e. Stay informed with the latest information and advice for the public on the CDC website at www.cdc.gov/ncov. Check CDC website daily for updates. f. Provide their own protective mask and wear mask 100% of time once entry into the building is gained. g. Provide their own gloves and wear gloves 100% of time once entry into the building is gained. h. Dispose of their own Personal Protective Equipment (PPE): carry in & carry out. i. Don�t bring communal food, pens, business cards, etc. inside the building. j. Only gain entry into assembly bay area for pre-bid meeting through the large double doors. k. Meetings will only be held in assembly bay area. l. Use only designated restrooms located in the lobby. m. Stay in designated meeting area (assembly bay) during meeting and while waiting to visit work location. n. No more than two contractors and the USACE escort will be allowed in a work area at the same time. o. If any personnel encounter a situation where the requirements of this document conflict with other guidance, they should consult with USACE immediately for resolution. p. Violation of any of the rules above will result in immediate removal due to USACE protecting its hydropower mission. 7. REQUIREMENT TO REGISTER TO ATTEND SITE VISIT: Only registered persons will be permitted to attend the site visit. In addition to the below information, please also provide your name of firm, firm�s CAGE and/or DUNS number, and name and position title of primary point-of-contact and their telephone number and email address. Only two persons from each business entity will be permitted to attend U.S. Citizens: To register, U.S. citizens interested in attending the site visit must submit a Nashville District (LRN) Security Access Form to the Point of Contract (POC), Contract Specialist Rob Holdsworth, by email to Robert.B.Holdsworth@usace.army.mil no later than five (5) business days prior to the site visit. If submitting the form in less than five business days, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. The form is available as a pdf attachment on Beta.SAM.gov with this solicitation and is titled as Site Visit Registration Form. Foreign Nationals (FNs): FNs wishing to attend the site visit shall submit a completed LRN FN Security Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I�571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted two (2) weeks prior to the site visit. Exceptions will be considered on a case by case basis but will be limited. The form is available at: http://www.lrn.usace.army.mil/Portals/49/docs/Security/Sec%20508%20Foreign%20National%20Sec%20Access %20Form%20JUN%202014.pdf Additional information on Contract Security Requirements is located at: http://www.lrn.usace.army.mil/Business- With-Us/Contract-Security-Requirements/ 8. POC FOR COMMUNICATIONS: Any communications regarding this procurement before award must be made in writing to the Contracting Branch, Attn: Rob Holdsworth at email Robert.B.Holdsworth@usace.army.mil. Inquiries must identify the solicitation number, the requestor�s company name, address, email address, and telephone number to include area code. QUESTIONS: Questions must be submitted to Rob Holdsworth via email at Robert.B.Holdsworth@usace.army.mil by July 6, 2020 at 1:00 p.m. Central Time. Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project requirements or company�s capabilities are highly discouraged and will not be allowed. 9. QUOTE SUBMISSION: a. Quotes can be emailed to Rob Holdsworth at Robert.B.Holdsworth@usace.army.mil. b. The quote shall include the following elements to be considered for award: (1) SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block 30c (2) Acknowledge all SF 30s, Amendment of Solicitation (if applicable). (3) Descriptive literature documenting how the proposed HVAC system components meet the requirements and specifications of the Scope of Work. (4) CLIN: To include the Total Price for Contract Line Item Number 0001on the first page of the SF1449 in Item 24. (5) In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at www.sam.gov. More specifically, ""An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation."" (See FAR 52.204-7(b)(1)). For SAM Customer Service, contact: Federal Service Desk URL: www.fsd.gov Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 DSN: 866-606-8220 IMPORTANT NOTICE: Effective June 29, 2018 vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). (6) Provide business Unique Entity Identifier Number (previously known as DUNS): (phone 800-333-0505 for DUNS). (7) Provide business CAGE code: (8) Tax Identification Number: 10. APPARENT SUCCESSFUL OFFEROR: The following may be requested from the apparent successful offeror prior to actual award of the contract: a. A minimum of one (1) banking reference for their firm and a minimum of three (3) past performance references for similar contracted work. (1) The banking reference should include the financial institution�s legal name, complete physical address, a point-of-contact (POC) at the financial institution, the POC�s telephone number, and email address. (2) The past performance references should include firm�s name, the contract number, the contract period of performance and/or contract completion date, the contract�s aggregate value, a brief description of the project, a POC, the POC�s telephone number, and email address. 11. CONTRACTOR FEEDBACK: Help us in BUILDING STRONG. Please provide us with your feedback, comments and recommendations for improvement by visiting our Interactive Customer Evaluation (ICE) website at: http://ice.disa.mil/index.cfm?fa=card&service_provider_id=110826&site_id=856&service_category_ID=14 STATEMENT OF WORK Statement of Work for the Replacement of the Air Conditioning Unit at Barkley Power Plant Description of work: This is for the purchase and installation of a replacement two air conditioning units and associated accessories in the Barkley Power Plant. The Power Plant HVAC systems are unique because the common units have field mounted condensers that use water drawn from Barkley Lake to cool the systems The existing units are Carrier (www.Carrier.com) Model 50XCR A/C Remote CV (10 tons) with two 5 ton Model SST500A external field mounted Standard Refrigeration (www.stanref.com) water cooled shell tube condensing units. Type of Contract: Firm fixed Price Supply Contract Place of Delivery: The Barkley Power Plant is located adjacent to the Barkley Dam, located at 8439 US Highway 62 West, Kuttawa, KY 42055. Delivery Date: All requirements shall be complete within 90 calendar days after contract award. Site Visit: Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the delivery site and the general and local conditions that can affect the delivery and material handling of the materials or the cost thereof. Failure to do so will not relieve the offeror from responsibility for estimating properly the difficulty or cost of successfully accomplishing delivery. The Government will assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the solicitation, the specifications or related documents. The Government is to schedule a Site Visit for this requirement. An organized site visit to the Barkley Power Plant, 8439 US Highway 62 West, Kuttawa, KY 42055 on will be conducted on the date specified in the advertising documents.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fd1ccdbaa114a158e77e9ef4af56c84/view)
 
Place of Performance
Address: Kuttawa, KY 42055, USA
Zip Code: 42055
Country: USA
 
Record
SN05698917-F 20200624/200623042659 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.