Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2023 SAM #7733
SOLICITATION NOTICE

N -- COOLING TOWER TREATMENT INSTALLATION

Notice Date
1/27/2023 8:04:10 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423R1022
 
Response Due
2/13/2023 1:00:00 PM
 
Archive Date
03/30/2023
 
Point of Contact
Shayden Flynn
 
E-Mail Address
shayden.m.flynn.civ@us.navy.mil
(shayden.m.flynn.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N0016423R1022 � COOLING TOWER TREATMENT INSTALLATION � PSC N046 � NAICS 238220 Issue Date: 27 January 2023 � Closing Date: 13 February 2023 at 4:00 PM EASTERN Naval Surface Warfare Center, Crane Division (NSWC-CR) has a requirement for services and supplies associated with the installation of automatic water chemical treatment unit to seven (7) cooling towers at Naval Support Activity (NSA) Crane, Crane, Indiana 47522. The Government anticipates soliciting this requirement as a Design-Build Contract.� The performance requirements for this effort will include installation of and a service plan for treatment units for all seven towers.�� The installation projects may include: pouring concrete slabs or other platforms/foundations; constructing various size shelters to protect each treatment unit from the elements; and the procurement and installation of cooling system treatment units. The Contractor will have to assess each installation location to determine the best mounting location, platform/foundation, and shelter structure needed to protect the treatment units. Some units may require installation on the ground or on a roof.� The successful offeror must provide Build Drawings for approval.� This requirement requires in-depth knowledge, understanding, experience and implementation of UFC 3-240-13FN (UFC Industrial Water Treatment Operation and Maintenance) and MIL-STD-3007G as well as other Federal Regulations and Instructions to be specified within the formal RFP. �� Utility Requirements: � inch domestic water line with shutoff shall be mounted inside the structure to a framing member for connection to the unit. Water line shall also have an inside shutoff to be able to drain the line during the winter to avoid freezing. Quad receptacle (20 amp 110V) shall be mounted inside the structure to a framing member for connection to the unit. All electrical shall be in watertight conduits with weatherproofed receptacle covers installed. Unit(s) Installation: Contractor shall install a chemical introduction system with dispenser on a metal stand mounted to the platform/foundation at each cooling tower. Each unit shall be connected to the � inch domestic water line and the electrical circuit for power. Salient characteristics of the units that must be met or have an equivalent feature include: Automatic reading of chemical compound with automatic distribution of chemicals when required Feeding chemicals based on need instead of time Remotely monitored and controlled chemical readings Anticipated Tasking: Identify the exact location best suited for the new equipment to be placed at each tower (each site will vary) Specify the size of the concrete slab or other foundation/platform material and size needed for each site (if needed) Identify any demolition / site work that will be required at each tower location before and after installation, as needed Identify the tie in points to the existing in-feed and out-feed water lines at each tower location Specify the size and construction type (ex. Wood frame, metal frame, metal wrapped, etc.) of the �structure� needed to keep the new equipment out of the weather, by location Specify the type of chemicals that the proposed system utilizes (Solid or liquid) along with Hazardous material identification Specify the frequency of chemical introduction to the system and method (i.e., Automatic introduction based on time period, remotely monitored, or physical introduction method) Specify if any initial procedures for the system as a whole will be included upon installation of the chemical introduction system. (i.e., system cleanout, etc.) Specify the size of the existing tower at each location and identify if the chemical introduction unit to be installed will be the same for every tower even with varying sizes of existing towers Specify equipment, structures, etc. in the surrounding area for each location that would be impacted during system installation and the extent of operational impact (i.e. complete shutdown with no access, intermittent shutdown with ability for scheduled operation, recommend removal, no impact, etc.) Specify the warranty period on the proposed system along with features included Specify all mandatory and recommended maintenance requirements separated respectively as well as identify which would be standard included with the procurement and installation of the units. This is a new procurement.� It does not replace an existing contract.� No prior contract information exists. This effort will be conducted on a non-commercial competitive 100% small business set-aside basis in accordance with FAR 19.502-2. Market research was conducted and a Request for Information (RFI)/Sources Sought N0016423SNB05 was posted. There is a reasonable expectation of obtaining�offers�from two or more responsible small business�concerns�that are competitive in terms of�fair market prices, quality, and delivery. The NSWC Crane Small Business Office concurred with this set-aside decision. The Government will only accept offers from small business concerns in response to the solicitation. The solicitation, all amendments and associated controlled documents will be posted on Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation Module at https://piee.eb.mil. ?The solicitation notice will flow to SAM.gov, but the actual posting will be in PIEE. ?The proposal shall also be submitted through the Solicitation Module in PIEE. Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module. �Choose Vendor Access Instructions. Further training is available at this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml. The solicitation is expected to be issued in Q2, FY23. A solicitation notice will be posted at via the PIEE Solicitation module with instructions to offerors included. All changes that occur to competitive actions prior to the closing date will be posted via the PIEE Solicitation Module.� For within scope changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. The procurement will be negotiated on a competitive basis IAW FAR Part 15. It is anticipated that a single award will be made to the highest rated offeror, considering the evaluation factors as described in the solicitation. Offerors that are non-compliant with any material requirement of the solicitation may be rejected without further consideration for award. The NAICS Code for this procurement is 238220 and the annual size standard is $19,000,000. �The estimated cost range of this project is between $250,000 and $500,000. The estimated project length is 120 days. Please note, testing of units cannot be completed during months in which the cooling towers are winterized. Winterization timeframes can fluctuate, but typically fall between the months of October-April. Offerors will be required to submit with their proposal a bid bond of 20% of the bid price. When the penal sum is expressed as a percentage, a maximum dollar limitation may be stated within the bid bond. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive controlled attachments associated with the solicitation. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Any controlled attachments will be posted at the same time the solicitation is posted. The POC for this effort is Shayden Flynn, Code 0242, at email shayden.m.flynn.civ@us.navy.mil� Reference the above planned solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/83b5a6e8bbb342d6b0ba407421c92d2d/view)
 
Record
SN06575476-F 20230129/230127230102 (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.