SOLICITATION NOTICE
Y -- 8(a) Set-Aside, IDIQ Multiple Award Construction Contract (MACC) for Heating, Ventilation, Air Conditioning (HVAC) Systems at various locations
- Notice Date
- 8/5/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-03-R-7004
- Point of Contact
- Kristen Sanchez, Contract Specialist, Phone 619-532-2439, Fax 619-532-4789, - Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789,
- E-Mail Address
-
kristen.sanchez@navy.mil, lisa.crawford@navy.mil
- Small Business Set-Aside
- 8a Competitive
- Description
- This is a 100% competitive 8(a) set-aside procurement and is open to 8(a) certified firms only. This procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE, OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS BEST TERMS. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction and repair by design-build or (to a lesser extent) design-bid-build of Heating, Ventilation, Air-Conditioning (HVAC) systems construction, repairs, maintenance and associated work at various locations within the Southwest Division area of responsibility, including but not limited to, Arizona, California, Nevada, and New Mexico. However, it is anticipated that the majority of the work will be performed in Southern California. Type of work/projects may include, but is not limited to: heat generating systems, including boilers, piping pumps, auxiliary equipment, and associated appurtenances; cooling generating systems, including chillers, cooling towers, evaporative coolers, condensing units, direct expansion systems, piping, pumps, and associated appurtenances; distribution systems, including supply and return air systems, ventilation and exhaust systems, steam, hot water, glycol and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; terminal packages units, including gas fired unit heaters and radiant heaters, thru the wall units, self contained and rooftop air conditioners and heat pumps and associated appurtenances; control and instrumentations, including direct digital controls and associated fiber optics, energy monitoring and control systems, building automations and associated appurtenances; energy supply, including oil, gas, steam, hot and chilled water distribution systems; other Heating, Ventilation, Air-Conditioning (HVAC) systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing, and commissioning. The North American Industry Code Standard is 238220 and the annual size standard is $12 million. In support of design-build strategies, each Offeror shall either possess in-house capabilities or employ the services of a Lead Design Firm (A-E) experienced in the design development and coordination of projects within the scope of this contract. Offerors may offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of contract(s). The Offeror and the proposed Lead Design Firm(s) for the basic contract(s) will be evaluated as a team. Lead Design Firm(s) (A-E), their subsidiaries and affiliates that are involved at the RFP or design stage of a particular project will not be allowed to propose or be used on a Task Order for that project. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. Should any of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded task orders. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months or a value of $30 million, whichever occurs first. The task order range for this contract is between $50,000 and $3,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $25,000 is guaranteed to be ordered to each awardee, under the basic performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Past Performance of Offeror and Offeror's Team; Factor 2 – Experience of Offeror and Offeror's Team; Factor 3 – Technical Approach; and Factor 4 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. Proposed Task Order (PTO) 0001 is to provide all labor, materials and equipment necessary for the upgrade of HVAC systems at Building 1234 with new components to make the systems more energy efficient and more economical in terms of life cycle cost. The Scope of work shows the general requirements for the replacement of major HVAC system components. Related accessories and minor work required to upgrade the systems and to repair the existing construction damaged by the work to upgrade the HVAC systems are required. The work also includes all related electrical work and the repair to building floor, wall, and ceiling finishes as maybe required to support the installation of new HVAC, Electrical systems. PTO 0001 is representative of the projects that may be procured through this contract. The estimated price range for PTO 0001 is between $500,000 and $1,000,000. The Government reserves the right to award a single contract for the performance of PTO 0001 identified in the RFP only. The Government reserves the right not to award PTO 0001. A pre-proposal conference is scheduled for Tuesday, 14 Sep 2004 at 09:00 a.m. at the Holiday Inn On The Bay, 1355 Harbor Drive, San Diego, California 92101. Registration for the pre-proposal conference is located at http://www.esol.navfac.navy.mil. No site visit will be held. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on http://www.esol.navfac.navy.mil on or about 25 Aug 2004. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only on the website address listed above. For inquiries, contact Kristen Sanchez at kristen.sanchez@navy.mil or call (619) 532-2439. NOTE: Contractor's must be registered in the Central Contractor Register (CCR) located at http://www.ccr.gov prior to award of a DoD contract. For more information, see the CCR website at. A contract cannot be awarded to a contractor that has not submitted a required annual Federal Contractor Veterans' Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information and follow-up assistance is provided at the VETS-100 Internet website at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or e-mail at mailto:helpdesk@vets100.com. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711AC/N68711-03-R-7004/listing.html)
- Place of Performance
- Address: Various locations within the Southwest Division area of responsibility including, but not limited to, California, Arizona, Nevada and New Mexico
- Record
- SN00767652-F 20050313/050311214904 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |