Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

J -- 145 AW Building 76 Chiller

Notice Date
4/22/2021 4:16:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W7NS USPFO ACTIVITY NCANG 145 CHARLOTTE NC 28208-3866 USA
 
ZIP Code
28208-3866
 
Solicitation Number
W50S87-21-Q-5055
 
Response Due
5/12/2021 2:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
Bryant K. Alexander, Phone: 704-391-4207
 
E-Mail Address
Bryant.Alexander@us.af.mil
(Bryant.Alexander@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. Solicitation Number: W50S87-21-Q-5055 is issued as a Request for Quotation. The provisions and clauses incorporated into this solicitation are those in effect through Federal Acquisition Circular (FAC) 2020-04. This acquisition is issued as a small business set-aside. �The NAICS code specified for this requirement is 238220, with size standard of $16.5M. Contract Line Item Numbers: 0001 � Repair Building 76 HVAC (See Attached Statement of Work) � The Contractor shall include the work herein but not limited to the chiller on Bldg 76.� The project will remove the existing chiller and disconnect all associated electrical and piping configurations up to the first adjacent flange to the unit.� The contractor will be required to furnish all materials, equipment, labor, and permits necessary to perform work as outlined in the project statement of work and specifications. The scope of this project includes, but is not limited to, disconnect all pipes, electrical and DDC circuits, remove the existing chiller unit and transport to a location approximately 0.5 miles away. The Government will dispose of the chiller.� Existing chiller sits behind a 6ft high brick wall in a mechanical yard with the electrical connections immediately adjacent to the chiller.� The Contractor shall install a new 80 Ton Chiller (that meets or exceeds the current capacity 80 Ton Chiller, electrical shall be same voltage and phase (460 VAC/3 phase/60Hz), same amount of pumps and VFD controllers (2, each with a VFD), reconnect all electrical and DDC circuits, connect the new chiller to the existing piping system and ensure compatibility with the existing BACNet Alerton DDC system.� Contractor is required to provide means for lifting/removing old/new unit (boom truck, crane, etc.)� New chiller controller shall be wired and connected to existing Hoffman/Alerton VLC controller (VLC-1188) providing full DDC control.� The DDC desktop graphics shall be updated to show the functionally of the new chiller.� If Carrier unit is provided, a government furnished Carrier Integrated BACnet communication card will be supplied (i-Vue UPC Open part number # OPN-UPC). Specific timing/sequencing of phasing shall be finalized after project award.� The above outlines the principle features of the work and in no way limits the responsibility of the contractor to perform all work and furnish all tools and labor required by the specifications referred to herein. A pre-bid conference will be conducted on Friday 30 April 2021 at 8:30am EST for the purposes of briefing on the bid requirements and answering questions regarding this solicitation.� Interested Contractors are highly encouraged to attend the pre-bid conference. The site visit will be held following the conference.� All attendees will be required to wear a mask per CDC guidelines. Due to security conditions, all interested parties must register to attend this conference and site visit.� Email the solicitation attachment 1 �Visitor Request Worksheet� for all attendees to SMSgt Bryant K Alexander at Bryant.Alexander@us.af.mil. This information must be provided in advance, 2 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government�s denial of your access to the pre-proposal conference.� This information will be provided to the Base Security Forces who will authorize your entrance to the site.�� Visitors must pick up their passes at the Installation�s Main Entry Gate prior to arrival.� You will be required to present the following information upon arrival:� (1) Vehicle Registration, (2) Valid Drivers License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable.� Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications.� Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing.� If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Delivery address is 4930 Minuteman Way, Charlotte, NC 28208.� FOB Destination.� Deliver/install within 30 calendar days of contract award. Evaluation � As a result of this solicitation, the Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible vendor whose quote, conforming to this request for quote, will be most advantageous to the Government, considering only price. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government advises offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Quotes are due 12 May 2021, 5:00pm EST.� Questions will be accepted until 10 May 2021 5:00pm EST.� Only quotes sent via email will be accepted.� Include DUNS, Cage code, Tax ID, and approximate shipping & lead times for items/installation.� Quote must be valid for 60 calendar days from date of submission.� Include pictures/specification sheet of each item showing it meets requirements stated in attachment.� Please email quotes and any questions toBryant.Alexander@us.af.mil, referencing solicitation number W91242-20-Q-5055.� Contractors must be registered in the System for Award Management (SAM) database at time of quote submission.� The SAM website is https://www.sam.gov The following clauses and provisions apply: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address): https://www.acquisition.gov/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/ Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.212-3 Offeror Representations and Certifications-Commercial Items 52.219-4 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation With Authorities And Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification And Material Safety Data 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 52.225-3 Alternate I (May2014), Buy American-Free Trade Agreements-Israeli Trade Act 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-11 Extras 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.242-17 Government Delay Of Work 52.244-6 Subcontracts For Commercial Items 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.204-7016 - Covered Defense Telecommunications Equipment or Services�Representation 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation. 252.223-7001 Hazard Warning Labels 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7021,�Trade Agreements 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e1f5d22e9974aad94cf9843974cb562/view)
 
Place of Performance
Address: Charlotte, NC, USA
Country: USA
 
Record
SN05980267-F 20210424/210422230113 (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  © 1994-2020, Loren Data Corp.