Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2023 SAM #7723
SPECIAL NOTICE

J -- J--REHAB INTERIOR THOMAS HOUSE GEOTHERMAL PIPING

Notice Date
1/17/2023 8:38:04 AM
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NCR REGIONAL CONTRACTING(30000) WASHINGTON DC 20242 USA
 
ZIP Code
20242
 
Solicitation Number
140P3023R0011
 
Response Due
2/1/2023 9:00:00 AM
 
Point of Contact
Greist, Kimberley, Phone: (202) 897-7403
 
E-Mail Address
kim_greist@partner.nps.gov
(kim_greist@partner.nps.gov)
 
Description
NATIONAL PARK SERVICE - NATIONAL CAPITAL AREA - MONOCACY NATIONAL BATTLEFIELD - Rehab Thomas House Geothermal Piping Synopsis of Proposed Contract Action in accordance with FAR 5.207 National Park Service - National Capital Area Office of Acquisition 1100 Ohio Drive Washington, DC 20242 DATE This pre-solicitation notice is issued 01/17/2023 ACTION CODE is Not Applicable SUBJECT/PROJECT TITLE Rehabilitate Interior Thomas House Geothermal Piping, Monocacy National Battlefield (MONO) PROPOSED SOLICITATION NUMBER is 140P3023R0011 CLOSING RESPONSE DATE Closing dated for this pre-solicitation notice is 02/01/2023. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. The proposal due date will be set when the Solicitation itself is posted. CONTRACT AWARD NUMBER AND DATE is TBD. CONTRACTOR is TBD GENERAL The Department of the Interior, National Park Service (NPS), Monocacy National Battlefield (MONO) anticipates issuing a solicitation for the construction services described below. No questions with regard to this notice will be responded to or answered. Specific instructions on submitting quotes will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around 02/06/2022. The entire solicitation package, including all attachments, will be exclusively and only available electronically at: www.sam.gov Paper copies of this solicitation will not be made available. PROJECT DESCRIPTION Monocacy National Battlefield, in Frederick, MD seeks a licensed HVAC and/or licensed plumber contractor, with a minimum of 5 years of industry experience working specifically on geothermal HVAC closed loop piping. This requirement is for piping that is not in the ground but located in the interior of Thomas House. The contractor will replace existing interior piping with High-density polyethylene (HDPE) pipe. Note this is an existing geothermal system and all work will be located in the interior of Thomas House where the current piping and system components are accessible in an underground basement with approximately 5 feet of clearance. Contracted services for this requirement include draining the system, removing the old circulation water, flushing the system to get out existing contaminants and refilling the system with properly mixed water and chemical solution (40 percent glycol). Existing piping must be properly removed without damage to the HVAC system and new HDPE properly installed on all interior sections. New circulation pumps will be furnished and plumbed to the new HDPE piping. All valves, solenoids or any additional or ancillary equipment that is in the current loop system will be re-plumbed to the new HDPE pipe. All existing heat pumps will be replaced in accordance with engineering drawing recommendations with `in-kind� units. The new system needs to have the same configuration as the existing engineering drawings, which NPS will provide. Once the new interior piping and components have been installed and reconnected to the existing outside geothermal wells, the entire system will need to be checked, tested, and placed in proper operation. It is anticipated the HVAC system will be off during rehabilitation activities. Overall safety, consultation, communication, and teamwork are critical. In compliance with FAR 22.403-1, Construction Wage Rate Requirements, the prevailing wage rates will apply. USDA BioPreferred product categories apply to this acquisition. For more information regarding the Department of Agriculture Biobased Program go to: http://www.biopreferred.gov. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quote preparation costs. PLACE OF PERFORMANCE Monocacy National Battlefield (MONO) - Thomas House - 4632 Araby Church Road Frederick, Maryland 21704 ESTIMATED MAGNITUDE OF CONSTRUCTION In accordance with FAR 36.204(d), the project magnitude is estimated to be between $250,000 and $500,000. PROCUREMENT TYPE The Government anticipates awarding a firm fixed-price contract SET-ASIDE This acquisition will be a 100% Total Small Business Set-aside. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business under the NAICS code solicited may be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code for this project is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) SMALL BUSINESS SIZE STANDARD $16.5M PRODUCT SERVICE CODE (PSC) J041 Maint/Repair/Rebuild of Equipment - Refrigeration, Air Conditioning, and Air Circulating Equipment BONDS FAR 52.228-15 - Performance and Payment Bonds - Construction (JUN 2020) and FAR 52.228-1 Bid Guarantee (SEP 1996) will apply to this requirement. All offerors will be required to submit proof of their bonding capacity with their proposal. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE The contract performance period is expected to be 120 days after notice to proceed. SITE VISIT It is anticipated that a pre-proposal site visit will be scheduled. It is strongly recommended that the contractor visit and inspect the site prior to submitting a proposal for this effort. The actual date and specific details will be provided in the solicitation. SOURCE SELECTION PROCESS Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Lowest Price Technically Acceptable. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. SYSTEM FOR AWARD MANAGEMENT Offerors shall be required to have a Unique Entity Identifier (UEI) (replaced DUNS) and an active registration in SAM, System for Award Management (www.sam.gov) by the closing/response date. In order for contractors to conduct business with the Federal Government, they must hold an active SAM registration, be registered under the specifically solicited NAICS Code in their representation and certifications and be free of any exclusions. POINT OF CONTACT kim_greist@partner.nps.gov *NOTE: Questions about this Synopsis of Proposed Contract Action Notice will not be answered. The intent of this notice is to make potential offerors aware that an opportunity will be posted soon on the Government Point of Entry. Questions will only be answered about this requirement after the solicitation has been issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bed510054b6043a0bd8c68a1281cfbe3/view)
 
Record
SN06565193-F 20230119/230117230103 (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.