Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

Z -- NCH Chiller Replacement

Notice Date
5/6/2020 10:35:15 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0015
 
Response Due
7/9/2020 1:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Jong Kim, Phone: 2062319171, Kimberly M Johnson, Phone: 2537097780
 
E-Mail Address
jong.kim@gsa.gov, kimberlym.johnson@gsa.gov
(jong.kim@gsa.gov, kimberlym.johnson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS:�� General Services Administration (GSA) Public Buildings Service (PBS) Region 10 (R10) requires the replacement of the chiller in the Nakamura U.S. Courthouse in Seattle, WA. ����������� Interested parties are encouraged to register through Beta.Sam.gov using the ""Add Me to the Interested Vendors"" link on the Beta.Sam.gov website.� Vendors are also encouraged to register to receive notices about this announcement by using the ""following"" link on the GPE website.� NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors.�� The Solicitation will be all-electronic including amendments.� All documents will be posted on the electronic Beta.SAM.gov, with secure access required for Sensitive but Unclassified Building documentation.� Access requirements will be provided in the Solicitation. � PROJECT BACKGROUND/DESCRIPTION: The Nakamura U.S. Courthouse is located at: Nakamura Courthouse 1010 5th Avenue Seattle, WA 98104 This project is being undertaken to increase the efficiency of the cooling equipment at Nakamura courthouse, specifically during the lower load cooling hours of the year (spring and fall, as well as early cool summer mornings). Presently, the central plant has two 200 ton centrifugal chillers, which are not able to meet the lower loads without excessive short-cycling. Presently, during the peak cooling season, one 200-chiller, at part load, can maintain the cooling load of the building. PROJECT SCOPE:� Design and construction for the addition of one variable-speed-compressor jockey-chiller to satisfy the shoulder season and early morning cooling loads of the Nakamura courthouse building. The new chiller shall be mechanically connected to the existing cooling plant, and controlled by the existing building automation system. The building cooling sequence of operation shall be modified to incorporate the new Jockey chiller, as the first stage of cooling for the building, as well as provide trim capacity, or third stage cooling, if needed. See attached Statement of Work for detailed information. PROJECT MAGNITUDE:� �The Estimated Cost of Construction is between $500,000.00 and $1,000,000.00. PROJECT DURATION:� 10 months (Design and Construction) MARKET RESEARCH:� Market Research was conducted by issuance of a Sources Sought Notice via betaSAM.gov under Reference # EQ10PCPB2-20-0003, small business dynamic searches and suggested sources by other professionals. COMPETITION: �Total Small Business Set Aside This procurement will be small business firms. �Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12.� Offerors that submit a proposal greater than $1.5M will be required to submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. ��The NAICS for this procurement is 238220 and the Size Standard is $16.5M. PROCUREMENT STRATEGY: ��The D/B contract will be a Firm Fixed Price (FFP) price structure. The Design Build contractor will be selected using Lowest Price Technically Acceptable (LPTA) as outlined in FAR part 15. Technical Factors will be evaluated to an �Acceptable� or �Unacceptable� rating. Additionally, Price shall be evaluated through price reasonableness and comparisons to historical projects completed along with the IGE. The CO will make the award based on a technically acceptable proposal providing fair and reasonable pricing to the government. CONTRACT AWARD: GSA R10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of the forthcoming solicitation. SOLICITATION ISSUE DATE:� Due to the current condition and Site Visit Unavailability, the RFP will be issued electronically on or about 6/10/2020 on the website at: https://beta.sam.gov CLOSING DATE:� The estimated closing date for receipt of proposals will be 7/9/2020. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d0c1567c746846f3b4a3d7c20f7756f9/view)
 
Place of Performance
Address: Seattle, WA 98104, USA
Zip Code: 98104
Country: USA
 
Record
SN05648045-F 20200508/200506230202 (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.