Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2011 FBO #3514
MODIFICATION

Z -- Amendment with questions and answers.

Notice Date
7/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-R-0037
 
Response Due
7/11/2011
 
Archive Date
9/9/2011
 
Point of Contact
Halis Batista, +4961197442126
 
E-Mail Address
USACE District, Europe
(halis.batista@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***REVISED*** The solicitation is being issued as a Request for Proposals (RFP) No. W912GB-11-R-0037. A firm fixed price, single award contract is contemplated for HVAC Systems Testing, Balancing, Measuring and Reporting at the Landstuhl Regional Medical Center Bldg. LMCB # 3711, Landstuhl, Germany. The scope of work for this project consists in principle of the following: Testing, adjusting and balancing (TAB) of AC Duct Work Systems, supply air diffusers, return air registers, exhaust grilles, volume controllers and AHU's. As required in the corrective actions sections for each AC System. And as required to meet the air volume, balance and tolerance requirements as identified in the Reporting Table (section 11). Note: It is not part of the Scope of Work to adjust or rebalance supply air diffusers, return air registers, exhaust grilles if the measured values are within the tolerances identified in the Reporting Table. Supply and installation where identified of new ductwork and grills. As identified in the corrective actions sections of each AC System. AHU Filters: Remove the existing AHU air filters. Supply and install new air filters for all AHU's in the scope of work. The manufacturer and type of air filters are to be submitted and approved by the user prior to purchase and installation. Measurement of the Air Supply, Air Return and Air Make Up, air volume and air velocity for each AC System AHU which is within the Scope of Work. Prior to starting TAB and after finishing the TAB. Dismantling and reinstallation of ceilings where necessary. As required to comply with the actions identified in the corrective actions sections. Cleaning of all supply air diffusers, return air registers and exhaust grilles. For each AC system requiring corrective action. Note: The original settings/positions of each diffuser, register and grill is to be retained. The setting prior to cleaning is the same as after the cleaning. Supply Air- Dismantle Diffuser - Clean the Diffuser with soap water - Reinstall the Diffuser Return Air- Dismantle Registers - Clean the Registers with soap water - Basic cleaning of the Lochbleche Registers (when applicable) with non aggressive tools - Final cleaning of Lochbleche Registers (when applicable) with soap water - Replace Registers Exhaust Air - Dismantle Grill - Clean the Grill with soap water - Basic cleaning of the Lochbleche Grills (when applicable) with non aggressive tools - Final cleaning of Lochbleche Grills (when applicable) with soap water - Replace Grills Air volume testing, preparation of reporting documentation and test report. Test reports are to be submitted for approval and a spot check of the results on no more than 25% of the tested supply air diffusers, return air registers and exhaust grilles will be carried out. Any changes to existing as built drawings will be recorded and drawings updated in CAD format. The place of performance is Landstuhl, Germany. The NAICS code for this procurement is 236220, Size Standard is $33,500,000.00. No small business set-aside applies to this RFP. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective 31 May 2011. A Bidders Mailing List will not be established and hard copies of documents will not be provided. The solicitation will be available electronically on the FEDBIZOPPS website. Any amendments, when issued, will also be available on this website. Matters posted on the website are not terms of the solicitation unless the solicitation is written or amended to include such matters. FIRMS ARE ENCOURAGED TO REVIEW THE WEBSITE REGULARLY FOR UPDATED INFORMATION. The attached documents contain the following information: A description of the requirement for the services to be acquired is included in the SF 1442 and attachments to that document; and all are attached to this notice. Date(s) and place(s) of delivery and acceptance and FOB point are included in the SF 1442 attached this notice. The provision at 52.212-1, Instructions to Offerors-Commercial does not apply. Instead FAR Clause 52.215-1 Instructions to Offerors-Competitive Acquisition applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, is not used, and the specific evaluation criteria are included in Section 00100 of the SF 1442. The provision at 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items does not apply, Representations and Certifications requested in Section 00600 of the SF 1442 must be included and returned with your quote. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items does not apply to this acquisition, all other terms and conditions are noted in the SF 1442. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Ordersp-Commercial Items (Deviation) does not apply to this acquisition and all other terms and conditions are noted in the SF 1442. Any additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included and are listed in the SF 1442 attached this notice. Questions and Answers: 1. First this is listed on FEDBUSOPS as a C which is by definition AE services. Your attached SF 1442 calls this out as Repair work, so it is assumed that this is construction project which should be a Z. in the title work. This is construction and repair work. However since the majority of the work consists of repair, the Classification Code has been changed to Z from its original C. 2. Is this construction work, including materials? This is included in the Scope of Work requirements, please see the Scope of Work, Section 1.6.3 Responsibilities. 3. It is unclear in your synopsis, what type of work is required. Normally, there would be a short description such as "construction repair work as "Only reference is "quotes are requested" but not what the quotes are for. The short description is included in the posting both in the title and in the paragraph description: "HVAC Systems Testing, Balancing, Measuring and Reporting." Please see the posted SF 1442, Scope of Work and the specifications for additional information on the required work. 4. This is listed in the synopsis with a value of $33,500, 000. Just a question - is this the estimated value of work requested by the customer for these systems, even in leiu of the fact that a new hospital is to be built. $33,500,000 is the Size Standard for the NAICS ONLY. It is not an estimate of anything. If you are looking for the estimated price range, please see page 1 of the SF 1442. It is estimated between $100,000 to $250,000. 5. The Clins call only for HVAC systems new work. Should this not be broken down into types of work (equipment, controls, ductwork, etc )for better evaluation of the bids. Maybe if it is more tightly defined, you will get lower bids. There are 3 CLINS: 0001 is for New Work, CLIN 0002 is for repair work and CLIN 0003 is for DBA insurance. Proposals must include all the work that is required to complete the job as this is a Firm Fixed Price type action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-R-0037/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02492669-W 20110709/110707235818-441e27516845bfcada1a06d542f018d8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.