SOLICITATION NOTICE
Z -- Z--HVAC System Replacement - Visitor Center Building - Lincoln Home National Histo
- Notice Date
- 5/10/2022 9:37:02 AM
- 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
- 140P6222R0004
- Response Due
- 5/25/2022 1:00:00 PM
- Archive Date
- 05/27/2022
- Point of Contact
- Nelson, Colton, Phone: 314/655-1608
- E-Mail Address
-
colton_nelson@nps.gov
(colton_nelson@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described as follows: Visitor Center Building HVAC System Replacement - Lincoln Home National Historic Site - Springfield, IL. Solicitation Number 140P6222R0004. The offeror selected shall furnish all labor, materials, equipment, and expertise necessary to perform all operations required for the successful completion of this project. Description: This project consists of replacing the HVAC and control system in the Lincoln Home Visitor Center. The current HVAC system is old and inefficient. The chiller is nineteen or more years old and has reached the end of its life cycle. The old HVAC system will be removed and replaced with a completely new HVAC system including: a new 30 ton high efficiency chiller unit, three electric steam humidifiers, three air handlers with economizers, 2 chilled water pumps, 2 heating water pumps, all new chilled and heating water piping. The existing boiler will be replaced with a high efficiency boiler and 2 high efficiency combo boiler/domestic hot water heaters. A direct digital control system will be installed to control the new HVAC system. Type of Acquisition: The National Park Service (NPS), Midwest Region (MWR), Missouri Major Acquisition Buying Office (MABO) intends to issue a Request for Proposal (RFP) that would result in a firm fixed price contract. The NAICS code for this project is 238220 and the small business size standard is $16.5 million. In accordance with FAR Subpart 36.204, the estimated price range for this contract is between $450,000 and $600,000. This solicitation is advertised as a Total Small Business Set-aside. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals. You are also required to have a Unique Entity Identifier to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. This solicitation will be issued electronically, on www.sam.gov on or about 14 June 2022. Search by referencing the solicitation number (140P6222R0004) and/or by the agency (National Park Service). PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Requirement documents will be available for download in one or a combination of, the following formats: Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Free downloads of Adobe ""reader"" software are available at www.adobe.com. Potential bidders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all solicitation documents, amendments, and associated attachments are available only from the sam.gov website. Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents. Estimated Period of Performance: 200 calendar days from Notice to Proceed Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - 20% of Contract price, Performance and Payment bonds - 100% of the contract price. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. All responsible Small Business sources may submit a proposal that will be considered. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net (http://web.sba.gov/subnet) for potential subcontractors. It is anticipated that a pre-proposal site visit will be scheduled soon after the solicitation is issued. Specific details regarding this meeting will be provided in the solicitation or via amendment, once posted. The point of contact for this solicitation is Colton Nelson, Contract Specialist, National Park Service; email - colton_nelson@nps.gov End of announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a0b65b1a77a0453ead4735d779cfa150/view)
- Record
- SN06322550-F 20220512/220510230054 (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 |