SOLICITATION NOTICE
Z -- Z--PERI - HVAC REPLACEMENT
- Notice Date
- 8/5/2020 2:26:38 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- MWR MISSOURI MABO(62000) SAINT LOUIS MO 63102 USA
- ZIP Code
- 63102
- Solicitation Number
- 140P6220R0005
- Response Due
- 9/3/2020 12:00:00 AM
- Archive Date
- 10/03/2020
- Point of Contact
- Logsdon, Kathryn
- E-Mail Address
-
Kathryn_Logsdon@nps.gov
(Kathryn_Logsdon@nps.gov)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE - 140P6220R0005 PEA RIDGE NATIONAL MILITARY PARK VISITOR CENTER HVAC REPLACEMENT THIS NOTICE REPLACES NOTICE 140P6220R0002 THIS IS A FOLLOW-ON TO PRESOLICITATION NOTICE 140P6220R0002 - Due to our discontinued use of www.fedconnect.net, effective July 31, 2020, the presolicitation notice for the PERI HVAC Replacement opportunity is now posted as 140P6220R0005 and can only be accessed through https://beta.sam.gov. OVERVIEW: This Notice makes changes to the original Notice and includes the following attachments: Attachment 1 - PERI Project Manual Final Construction Documents Attachment 2 - PERI HVAC Drawings Final Attachment 3 - PERI HVAC Briefing Photos DESCRIPTION: The work will consist of the Contractor providing all labor, supervision, tools, equipment, materials, supplies, vehicles and other items, services and incidentals necessary to complete the following: 1. Project Location: Pea Ridge National Military Park, Visitor Center, 15930 Highway 62, Garfield, AR 72732. 2. Architectural Scope: Provide 4-inch thickness of spray-on insulation to the underside of the existing roof structure and other vertical and horizontal surfaces exposed to unconditioned spaces. 3. HVAC Scope: Replace the existing air-cooled chiller with a new 30-ton unit. Add a buffer tank to the existing piping system. Replace three (3) existing propane boilers with two (2) new high efficiency propane condensing boilers. Install a new propane flow meter in the gas piping system. Upgrade all building controls with a new BACnet control system. Provide a new ductless split system for the data closet. Add a new humidifier to each of the two (2) existing supply duct mains leaving the air handler in the attic space. 4. All work required by the project documents will be accomplished by the Contractor even though minor items/services required may not be specifically mentioned. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded early to mid September 2020. Award will be made to only one successful offeror. Davis Bacon Prevailing Wages will apply. PERIOD OF PERFORMANCE: The period of performance will be one hundred eighty (180) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. This also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. Due to Park visitation and climate conditions, work at the site shall not commence prior to September 15, 2020. MAGNITUDE OF PROJECT: Between $250,000 and $500,000 (THIS IS A CORRECTION TO THE ORIGINAL NOTICE) NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238220. SMALL BUSINESS SIZE STANDARD: $16.5 million. SET ASIDE: This opportunity is set aside for HUBZone Small Business concerns. The Historically Underutilized Business Zone (HUBZone) Act of 1997, (15 U.S.C. 631) created the HUBZone Program to provide Federal contracting assistance for qualified small business concerns located in historically underutilized business zones, in an effort to increase employment opportunities, investment, and economic development in those areas. Pursuant to FAR Subpart 19.1303(d), to be eligible for a HUBZone contract under this section, a HUBZone small business concern must be a HUBZone small business concern both at the time of its initial offer and at the time of contract award. As it pertains to construction by special trade contractors and the cost of contract performance for personnel, the solicitation will also contain clause ""52.219-3(d)(4) - ""For construction by special trade contractors-- (i) At least 25 percent of the cost of contract performance incurred for personnel on its own employees; (ii) At least 50 percent of the cost of the contract performance incurred for personnel on its own employees or on a combination of its own employees and employees of HUBZone small business concern subcontractors; (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns."" BONDING: (1) PRIOR TO THE SOLICITATION CLOSING DATE AND TIME, Offeror is required to submit to the Contracting Officer a Proposal Guarantee. The amount of the guarantee shall be twenty percent (20%) of the Offeror's proposal price, or One Hundred Thousand Dollars ($100,000); whichever is less. The ORIGINAL HARDCOPY ""Proposal Guarantee"" must be received in the Contracting Office no later than the closing date and time of the solicitation. An emailed copy of the proposal guarantee CANNOT be substituted for the original. Proposal Guarantee is to be submitted on the SF-24 Bid Bond form. (2) AFTER CONTRACT AWARD, within ten (10) calendar days after the contract award date, the successful offeror is required to submit to the Contracting Officer, Payment and Performance Bonds in the amount of 100% of the original contract price. SITE VISIT: (1) A telephonic site visit brief will be conducted on Friday, August 7, 2020 at 10:00 a.m. central time and shall be approximately 30 minutes in duration. To participate, email the Contracting Officer at kathryn_logsdon@nps.gov and the call-in number and passcode will be provided. (2) After completion of the telephonic brief, an on-site walk-thru of the site can be arranged by contacting Darin Huggins, Park Facility Manager, at (479) 769-0269. Site visits are to be scheduled and completed no later than 4:00 p.m. central time on Wednesday, August 12, 2020. (3) Offerors are encouraged and expected to coordinate and attend a walk-thru with Mr. Huggins to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. QUESTIONS DUE: To minimize/eliminate misunderstandings or misinterpretations of the questions asked, questions are to be sent to the Contracting Officer in writing, by email, at kathryn_logsdon@nps.gov. All questions are due no later than 4:00 p.m. central time on Thursday, August 13, 2020. PUBLICIZING: The official solicitation package (RFP) will be posted to the BETA.SAM.GOV website (formerly FBO) at https://beta.sam.gov. The keyword/solicitation/reference number for the solicitation will be RFP 140P6220R0005. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the offerors to monitor the BETA.SAM.GOV website to download the the full solicitation, its attachments, and all amendments issued against the solicitation. RESPONSE TIME: Response time for submission of all proposals and proposal guarantees will be 3:00 p.m. central time on Thursday, September 3, 2020. a. Proposals are to be emailed to the Contracting Officer at Kathryn_logsdon@nps.gov, so they are received by the Contracting Officer by 3:00 p.m. central time on Thursday, September 3, 2020. b. Proposal Guarantees are to be submitted in the original hardcopy form and sent or delivered so they are physically received at the Contracting Office no later than 3:00 p.m. central time on Thursday, September 3, 2020. Emailed copies of proposal guarantees are not acceptable. Send or deliver your proposal guarantee to: Kathryn Logsdon, Contracting Officer NPS, MWR Missouri-MABO 413 S. 8th Street Springfield, IL 62701 AWARD: This will be a competitive solicitation and the Lowest Price Technically Acceptable (LPTA) source selection method will be used to evaluate offers, subject to FAR 15.101-2. REGISTRATION: All offerors are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a HUBZone small business concern under the NAICS Code of 238220 AT THE TIME IT SUBMITS ITS OFFER. *NOTE: Unique Entity Identifier (UEI) number - formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Amendment is Kathryn M. Logsdon, Contracting Officer, and can be reached by e-mail at kathryn_logsdon@nps.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/259dc00d3b6642ed83ab2e43f97d873c/view)
- Place of Performance
- Address: Pea Ridge National Military Park, Visitor Center, 15930 Highway 62, Garfield, AR 72732-9532, USA
- Zip Code: 72732-9532
- Country: USA
- Zip Code: 72732-9532
- Record
- SN05746148-F 20200807/200805230156 (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 |