Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

Z -- Center Hill Power Plant HVAC Rehabilitation Construction

Notice Date
7/20/2020 10:33:34 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
W912P520B0009
 
Response Due
7/30/2020 9:00:00 AM
 
Archive Date
08/14/2020
 
Point of Contact
FannieM. Robertson, Phone: 6157367986
 
E-Mail Address
Fannie.M.Robertson@usace.army.mil
(Fannie.M.Robertson@usace.army.mil)
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Invitation for Bid (IFB) solicitation for Center Hill Power Plant HVAC Rehabilitation Construction in Lancaster, TN. This is a Pre-solicitation Notice. This notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice.� The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: USACE intends to award a base construction contract with twelve (12) options to accomplish the following work at Center Hill Power Plant: �� 1) This project is to rehabilitate and upgrade the existing HVAC components comprising the Center Hill Powerhouse Ventilation system and provide replacements for components/assemblies as identified that have failed or are failing. This project will only address lead and asbestos that would be disturbed in the process of completing this project. The base options are designed to create a self-adjusting system that will maintain interior building pressure and temperature in relation to the exterior ambient pressure and temperature. This system is designed to adjust exhaust and supply air flow rates to accomplish this without human input. The options in this contract, if awarded, are intended to enhance the base contract work. Execution of Option 2 would result in a small change in programming of the DDC in the base contract to allow it to control the duct heater for Fan 8 based off the fan speed controlled by the DDC in the base contract. All other options are stand-alone. OPTIONS: 1) Option 1:�� The procurement and installation of water fed cooling coil in the power cable tunnel to address the overheating of the power cables during generation with three units. 2) Option 2:�� The modification of the existing supply duct served by Fan 8 located in the fan room on EL. 525 to receive a new duct heater. This would include all new electrical and control runs in support of the unit. 3) Option 3:� �The procurement of a welding fume extraction unit with specified accessories and portable paint fume collector unit. These units are to be purchased and delivered to the project site and handed over to the Plant Manager with COR overseeing the transfer. 4) Option 4:�� The design, fabrication and installation of a V bank type filter rack system into the fresh air intakes for supply Fans 1, 2, 3, and 4 in the attic space. The existing bug screens would need to be moved closer to the new dampers to provide sufficient space for the new filter racks. 5) Option 5:�� The repainting of the Fan Housing. 6) Option 6:�� The repainting of Identified Duct Lengths. 7) Option 7:�� Repair and repaint the Diffusors, Registers, and Grills. 8) Option 8:�� Ductwork Sealing. 9) Option 9:�� Ductwork Cleaning. 10) Option 10:�� Installation of wall louvers in Maintenance Shop and Electricians Office. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 238220; Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $16.5 million. TYPE OF SET-ASIDE: None.� This will be a Full and Open Competition BASIS OF AWARD: It is anticipated that from the IFB Solicitation, the Government will award one Firm-Fixed Price Construction Contract with a base and ten (10) options to the company that provides the lowest priced bid who is found to be responsive and responsible. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The disclosure of magnitude range is between $1,000,000 and $5,000,000. PERIOD OF PERFORMANCE: The anticipated period of performance for the base is approximately Two-hundred Seventy (287) calendar days. When the solicitation is published, refer to FAR 52.211-10: Commencement, Prosecution, and Completion of Work, for any extension of Contract Completion Date (CCD) if/when options are exercised. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is around 30 July 2020. The performance work statement will be available at the time of solicitation release. SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders MUST be successfully registered in SAM, www.sam.gov, at the time of bid submission. Bidders must have their representations and certifications available on-line in SAM or provide them with their proposal in order to receive a Government contract award. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation.� Accordingly, bidders are urged and expected to inspect the site where the work will be performed. Please refer to the solicitation, once posted, for the exact date and time of the site visit.� No other site visit will be scheduled or granted. Once posted; the solicitation will include the latest information on the organized site visit. (a) Tentatively; an organized site visit has been scheduled for� �������������� Thursday, 11 August, 2020 at 10:00 AM Central Time �������������� (b)� Participants will meet at- �������������� �������������� Center Hill Power Plant �������������� 270 Lancaster Road �������������� Lancaster, TN 38569-5210 � NOTE 1: This will be the only guided site visit for this project. If you miss the scheduled site visit, no other arrangements will be made due to personnel and time restrictions. The site is a restricted area. Personnel desiring access must complete the registration process described in the BetaSAM (previously known as FBO) https://beta.sam.gov/search?index=opp. announcement in order to have a background check completed by the Nashville District Security Office prior to the site visit. All visitors will be escorted during the site visit. NOTE 2: SAFETY EQUIPMENT (MANDATORY): All participants are required to have personal safety equipment, i.e. hard hat and safety toe shoes. Safety equipment will not be provided. THIS IS A MANDATORY REQUIREMENT. Contractors who do not have these items present at the Site Visit will not be able to participate in the visit.������� � REGISTER TO ATTEND SITE VISIT: To register, personnel interested in attending the site visit shall email Fannie Robertson at fannie.m.robertson@usace.army.mil with the following information: �������������� * Company Name �������������� * Company CAGE and/or Unique Entity Identifier number (DUNS number) �������������� * Name and position title of primary point of contact �������������� ���� - their telephone number �������������� ���� - their email address Site Visit requests shall be received not later than August 08, 2020, 2:00 PM Central time.� ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on BetaSAM (previously known as FBO) https://beta.sam.gov/search?index=opp. �It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Fannie Robertson, telephone: 615-736-7986, email: fannie.m.robertson@usace.army.mil.� Any communications regarding this procurement must be made in writing via email. It must identify the Solicitation number, company name, address, email address, phone number including area code, facsimile number, and point of contact. SYSTEM FOR AWARD MANAGEMENT (SAM):� Offerors are required to be registered in the System for Award Management (SAM) database (www.sam.gov) at the time an offer is submitted in order to comply with the annual representations and certifications requirements. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Beta Sam.Gov website,�https://beta.sam.gov/.� It is and will continue to be, the responsibility of all potential offerors to monitor the Beta Sam.Gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e74025ee8f164e1b9d7450c2a52f1bc2/view)
 
Place of Performance
Address: Lancaster, TN 38569, USA
Zip Code: 38569
Country: USA
 
Record
SN05726353-F 20200722/200720230148 (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.