Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

Y -- NGA Air Handler Unit Replacement in Arnold, MO

Notice Date
5/13/2022 12:13:51 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DW-22-R-7002
 
Response Due
5/23/2022 3:00:00 PM
 
Point of Contact
Angelique Oldsen, Phone: 8163892111, Kris Ann Huber, Phone: 8163893766
 
E-Mail Address
angelique.m.oldsen@usace.army.mil, kris.a.huber@usace.army.mil
(angelique.m.oldsen@usace.army.mil, kris.a.huber@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Solicitation for Construction Services for the project titled �Replace the existing air handling units #4 & #7 and associated controls at the Arnold Facility Building 100 in Arnold MO� The general scope of work for Air Hander Unit (AHU) #7 incudes replacing the existing rooftop air handling unit, AHU #7, with a new indoor AHU and it�s associated controls at the Arnold Facility Building 100. The area served by AHU #7 is approximately 8,200 SF of administrative/office area and support space. The new unit has been sized to also serve in the future an additional 3,620 SF of office area currently served by AHU #17. The work shall include miscellaneous structural and architectural work as required for the replacement of AHU #7. Work under this contract will occur in a secure area. Work shall comply with the requirements of the specifications. There is an optional scope of work for AHU #4 and its associated controls at the Arnold Facility Building 100. The area served by AHU #4 is approximately 25,000 SF of administrative/office area, along with a portion of the three-story atrium. The work shall include miscellaneous structural and architectural work for the replacement of AHU #4. Work under this contract will occur in a secure area and shall comply with the requirements of the specifications. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. Information about a site visit with the time, location, and registration information will be included in the solicitation, or amendments as applicable. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Between $1,000,000 and $5,000,000. This solicitation will be issued as a Request for Proposals (RFP), 100% Small Business Set-Aside for a single Firm-Fixed-Price, construction contract. The solicitation will include a detailed list of evaluation factors and will provide instructions for proposal requirements and the basis for award. This solicitation will be issued as a Request for Proposal (RFP) and evaluated in accordance with FAR 15.1, based on Best Value Trade-Off Process. The RFP will result in the award of a single firm-fixed-price (FFP) construction contract. The estimated performance period for completion of construction is 179 days from Notice to Proceed (NTP). The solicitation will be available on or about Monday, May 23, 2022, and proposals will be due on or about Wednesday, June 22, 2022. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The North American Industry Classification System (NAICS) Code for this project is 236220, with a size standard of $39,500,000.00. This solicitation is being issued as a 100% Small Business Set-Aside. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prodigy Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. To view or download the solicitation requires registration at the beta.SAM website at https://beta.sam.gov/ . Downloads and instructions are available through this website. Any amendments will only be available from this website. Offers are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation.� The government is not responsible for any loss if internet connectivity or for an offerors inability to access the document at the referenced website. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site. The point-of-contact for administrative or contractual questions is Angelique Oldsen at Phone (816) 389-2111, or email: Angelique.M.Olsen@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07e1307803f5417f84dee95452a28fde/view)
 
Place of Performance
Address: Arnold, MO 63010, USA
Zip Code: 63010
Country: USA
 
Record
SN06326772-F 20220515/220513230059 (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.