SOLICITATION NOTICE
Z -- KABD152001 Hawaii Air National Guard - Repair HVAC System, Maui, HI
- Notice Date
- 2/11/2020 4:03:42 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816 USA
- ZIP Code
- 96816
- Solicitation Number
- W50SLF-20-R-0001
- Response Due
- 2/18/2020 12:00:00 PM
- Archive Date
- 03/04/2020
- Point of Contact
- Cezar Y. de Veas, Contract Specialist, Phone: 8088446422, Fax: 8088446340, Manuel LLanes, Contract Specialist, Phone: 8088446335, Fax: 8088446340
- E-Mail Address
-
cezar.y.deveas.mil@mail.mil, manuel.llanes.mil@mail.mil
(cezar.y.deveas.mil@mail.mil, manuel.llanes.mil@mail.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- The United States Property and Fiscal Officer (USPFO) for Hawaii, located at Kapolei, Hawaii, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of ""Repair HVAC System� located on the Hawaii Air National Guard, 292nd Combat Communications Squadron in Kahului, Maui, HI. Work covered repair by replacement of 6 existing air handling units and interior air distribution network of the HVAC system on Building 501 at the Kahului ANG Station, Maui. The existing HVAC air handling units 1 through 6, ductless split systems (4) and fan coil unit 2 will be demolished. New air handling units, ductless split system and a fan coil unit will be replaced with units with matching airflows/loads. New transitions and units supports with be required. Power will be refed from existing point of connection. In addition, new DDC controls and VFD�s or ECM motors will be provided on the new units where possible. All existing chilled water piping to be reused will be flushed and strainers will be cleaned after installation and modification to chilled water system is complete. The existing three way valves and all coil accessories will be replaced as part of the base bid. Two-way valves will be provided and VFD�s will be placed on the existing chilled water pumps.� All ductwork that is required will be constructed of G90 galvanized sheet metal.� Ductwork will be constructed and installed in accordance with SMACNA requirements.�� Duct smoke detectors on supply and return will be provided for each system over 2000 CFM. Controls will be added to integrate the chiller and air handling units for enabling night/unoccupied temperature setback. The magnitude of this project is between $500,000.00 and $1,000,000.00. Construction/contract completion time is 180 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total women owned small business set-aside. The small business size standard is $39.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b) (4) LIMITATIONS ON SUBCONTRACTING which states �By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees� applies to this project. The tentative date for issuing the solicitation is on or about 18 February 2020. The tentative date for the pre-proposal conference is on-or about 27 February 2020, 08:30 a.m. local time at the 292nd Combat Communications Squadron, 75 Kuleana St, Kahului, HI 96732. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted by 21 February 2020 via email (preferred) to manuel.llanes.mil@mail.mil and copy to cezar.y.deveas.mil@mail.mil. The solicitation closing date is scheduled for on-or about 19 March 2020. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Present/Past Performance and Price. The Government intends to award without discussions. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in the System for Award Management (SAM). To register go to https://www.sam.gov/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://beta.sam.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 14 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive invitation for bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://beta.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is at 292nd Combat Communications Squadron, 75 Kuleana St, Kahului, HI 96732.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e10a9c5186dc4bd49e5f1b7fe24de914/view)
- Place of Performance
- Address: Kahului, HI 96732, USA
- Zip Code: 96732
- Country: USA
- Zip Code: 96732
- Record
- SN05557835-F 20200213/200211230152 (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 |