Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2023 SAM #7940
SOLICITATION NOTICE

J -- DSCR Building 54 Boiler Replacements

Notice Date
8/22/2023 11:01:36 AM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DCSO RICHMOND DIVISION #1 RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SP470323R0008
 
Response Due
8/25/2023 8:59:00 PM
 
Archive Date
09/09/2023
 
Point of Contact
Brandon Jump, Phone: 8042794512, Fax: 8042793246
 
E-Mail Address
brandon.jump@dla.mil
(brandon.jump@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Questions & Answers:� (updated) 1. Please confirm that the only metering requirement is to re-install or replace the meters currently in place and that any reference to Cyber Security would be moot because no usage or control information will be transferred electronically. RFI 1 � Yes, only metering requirement for B54 boiler replacement is to re-install/replace current meters in place and the usage/control information will not be transferred electronically. 2. During the site visit, potential contractors agreed that the requirement for replacing the concrete foundations was not necessary. We believe the new equipment will fit on the existing foundation pads. (If not, we will modify the pads with full structural strength to accept the equipment) Additionally, the task of replacing the pads can not be performed until after the existing boilers are removed, therefore lengthening the duration the facility will be without boilers/heat. Since boilers may have a very long lead time, this could be problematic and expensive if installation is not completed by heating season. RFI 2- �Concrete Pads in B54 boiler room do not need to be replaced in their entirety, based on the condition of the material present. No large cracks, broken pieces or exposed rebar is present requiring the replacement of the entire pad. The requirement for the replacement of the entire pad for each boiler is not needed. 3. Please confirm that only piping larger than 2.0� inches in diameter and within the boiler room must be replaced. RFI 3 - �The requirement for piping replacement shall be limited to the lines within the boiler/mechanical room in Building 54 and not the entirety of the system throughout the building. Hot Water, Supply/Return Piping, piping to the Expansion Tank, pumps, valves, etc. shall be replaced, up to the point at which the penetration through the interior building wall occurs. Any piping outside of the mechanical room and boiler room space shall not be replaced. This piping consists of the 2� Dia and larger piping within the mechanical room. 4. Please see drawings provided by the PM. Unfortunately, we do not have a typical DWG file of the boiler room. These alternate drawings are what is available.� --- UPDATE:� Site visit scheduled 8 August 2023 at 0930. Coordinate site access with Steven Hall at 804-573-2988 or Steven.Hall@dla.mil. Solicitation Defense Supply Center Richmond (DSCR) Building 54 Replacement Boilers This is a solicitation for construction prepared in accordance with the format in FAR Part 36, as supplemented with additional information included in this notice.� The solicitation number SP4703-23-R-0008 is issued as a request for proposal (RFP).� The resulting contract will be a firm-fixed price award with an expected Period of Performance of 365 days from contract award. This acquisition is set-aside for 100% small businesses.� The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors).� The small business size standard is $19M.� Department of Labor Wage Determination based on location of the service provided (Chesterfield County, VA).� Partial proposals will not be accepted.� For an offer to be considered for award, the contractor must be within a commutable driving distance to the DSCR facility. A 120-mile radius from DSCR is considered the commutable radius. Award will be made to the lowest priced, technically acceptable (LPTA) offeror that meets the requirements stated in the Statement of Work and the solicitation. Also refer to clauses and provisions includes in this notice.� Past performance will be considered a part of Technical Acceptability, and the Contracting Officer will pull contractor data from CPARS and SPRS. ����������������������������������������������������� The contractor must be registered in the System for Award Management (SAM) prior to award.� If not already registered in SAM, go to the SAM website www.sam.gov to register prior to submitting your quote.� All inquiries must be submitted no later than 7 business days prior to closing date.� Acceptable method of quote or inquiries submission is Email to brandon.jump@dla.mil. Site visit TBD. Coordinate site access with Steven Hall at 804-573-2988 or Steven.Hall@dla.mil. Questions are due on August 18, 2023, end of day. Submit questions via email to Brandon.Jump@dla.mil. Quotes are due on August 25, 2023, end of day. � Site visit is TBD and will be published on SAM.gov under this solicitation listing. Access to Defense Supply Center Richmond is dictated by the language at the following location: https://www.dla.mil/Aviation/Installation/Visitors-and-ID-Office/ The points of contact (POC) for this requirement are Brandon Jump (brandon.jump@dla.mil). Reference Attachment 1 - Statement of Work (SOW) for additional work scope and details. A new system will be implemented on 3 January 2023 to screen visitors and contractors for installation access at DSCR.� The new system is designed to increase efficiencies, enhance the protection of personal information during the vetting process and eliminate the use of hard copy DLA Form 1815s.� The new screening system will require visitors and contractors to pre-enroll in DBIDS (Defense Biometric Identification System).� To begin the process, visitors and contractors will complete registration through the pre-enrollment website: https://dbids-global-enroll.dmdc.mil.� Upon entry of their information, visiting personnel will be provided an electronic form to download, which will have an individualized barcode and alpha numeric code.� The codes will be electronically sent to the visiting person�s sponsor.� Once in receipt of the barcode, the sponsor will email Security and Emergency Services and provide the barcode and sponsorship information.� Once the visitor/contractor is vetted and approved for installation access, Security & Emergency Services will notify the sponsor that the visitor/contractor can go to the DSCR Visitor Center to obtain his/her pass.� At the Visitor Center, the visitor provides the barcode and code provided earlier in the process and completes the credentialing process.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2b54d8a92e3438b881946b450add615/view)
 
Place of Performance
Address: North Chesterfield, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN06801167-F 20230824/230822230054 (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.