Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2023 SAM #7830
SOLICITATION NOTICE

J -- NSWCPD BLDG 77H Remove/Replace HP Split-Systems

Notice Date
5/4/2023 8:55:58 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N6449823R4040
 
Response Due
5/22/2023 12:00:00 PM
 
Point of Contact
Michael Hunter
 
E-Mail Address
Michael.j.hunter86.civ@us.navy.mil
(Michael.j.hunter86.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Surface Warfare Center, Philadelphia Division intends to initiate a Request for Proposal (RFP) to remove and replace the existing Split Systems HP 7,9,10,11, and 12 in Building 77H located in the Philadelphia Naval Business Center (PNBC), Philadelphia, PA 19112. The new air-handling unit shall consist of installing one 10-ton split system and four 15-ton split systems with a minimum of 5-kilowatts (-KW) of electric heat.� The new condenser units shall consist of a multi-stage condenser containing a minimum of two (2) separate independent refrigeration units.� Additionally, the contractor shall install new outside-air louvers capable of supplying 100 percent outside air for economizing with associated mixing box and actuated return and outside-air dampers.� The contractor shall provide a new controller, run conduit and wire, as required.� The contractor shall also install new mixing boxes for HP 7, 8, 9, 10, 11 and 12. Upon completion of the work, the contractor shall deliver a full and complete operating cooling system that is to be fully controlled by the existing Automated Logic Direct Digital Control (DDC) System. Work shall be performed between 0700 to 1600 Monday through Friday unless otherwise specified. No work shall be performed outside of these hours or on Government holidays unless authorized by the NSWCPD TPOC and Contracting Officer in advance. Period of performance is 90 Days after receipt of Notice to Proceed. FAR Clause 52.228-1 Bid Guarantee will be included. Performance and Payment bonding is a requirement for this procurement and Liquidated Damages are applicable.� The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-2. The source selection process will be based on a Lowest Price, Technically Acceptable (LPTA) evaluation. The evaluation factors are expected to be: 1) Bonding, 2) Past Performance, and 3) Price. Narratives must clearly demonstrate acceptability in enough detail for the Government to understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerors are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received. Therefore, each proposal should contain the offeror's best terms. The Government reserves the right to hold discussions at its discretion. The Solicitation N6449823R4040 is expected to be issued on or about 23 May 2023 with a closing date on or about 22 June 2023. The official media of distribution for this RFP is at SAM.gov. Contractors may download the solicitation (including any attachments) and any amendments via the SAM.gov website on or after the issue date. It is the offeror's responsibility to monitor the SAM.gov website for any amendments.� A site visit will be held and is strongly encouraged. �Date/time will be available in the solicitation. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Firms are required by legislation to submit an annual VETS-4212 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: https://www.dol.gov/agencies/vets/programs/vets4212#howtofile
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/26894684efb84fe39d9112e8b325c900/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN06671826-F 20230506/230504230113 (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.