Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2023 SAM #7906
SOLICITATION NOTICE

N -- N--REPLACE VISITOR CENTER HVAC SYSTEMS

Notice Date
7/19/2023 7:58:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
SER NORTH MABO (53000) GATLINBURG TN 37738 USA
 
ZIP Code
37738
 
Solicitation Number
140P5323Q0049
 
Response Due
8/15/2023 2:00:00 PM
 
Archive Date
08/30/2023
 
Point of Contact
William Leady
 
E-Mail Address
william_leady@nps.gov
(william_leady@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19M. All interested companies shall provide a quotation for the following: Replace Visitor Center HVAC Systems PART 1 � GENERAL REQUIREMENTS ITEM 1 - DESCRIPTION OF WORK 1.1 Background: Camp Nelson National Monument in Jessamine County, Kentucky, preserves and interprets the historic and archeological resources of a US Army supply depot (1863-1866) that became one of the largest Civil War-era recruitment and training centers for United States Colored Troops and a large African American refugee camp. The monument is a testament to the courage, resiliency, and perseverance of those seeking freedom from slavery and pursuing self-determination during and after the Civil War. The HVAC system currently used in the Park�s Visitor Center is over 20 years old and at the end of its life cycle. This project is designed to replace the HVAC Systems except for the ductwork (all air handlers and heat pumps shall be replaced). The replacement is an in-kind replacement with units of a higher SEER rating (20 or higher) for better energy efficiency. Any suggested changes in tonnage shall be approved by the Contracting Officer and Contracting Officer Representative before product procurement. 1.2 Work Covered by the Contract Documents: A. Project Location: 6614 Danville Loop 2 Road Nicholasville, KY 40356 B. Work consists of: Contractor to provide at minimum - three 2.5-ton, 20 SEER heat pumps with mated 2.5-ton electric air handling units and 7-day programable controls and one 5-ton, 20 SEER heat pump with mated 5-ton electric air handling unit and 7-day programable controls that fit within the footprint of the existing units. 1) Remove existing Units, including: a) 4x heat pumps b) 4x air handlers c) 4x controls 2) Install new: a) 4x heat pumps b) 4x air handlers c) 4x controls (7-day programmable) 3) Additional Requirements: a) All units shall be equipped with backup electric heat kits. b) Air handling units shall be sized such that they are capable of handling installation of air filters with a MERV rating of 13 or higher. c) Contractor shall verify sizes of units and insure that the new units being installed are sized appropriately for the building. d) Contractor shall reconfigure the one air handling unit currently with bottom air intake such that new unit can be placed on an overflow pan (new unit shall be a side intake unit). Contractor shall provide all materials, equipment, and labor to provide supports for the new air handling unit configuration, to reconfigure the ductwork, to reconfigure the condensate drain line, and provide a new non-corrosive overflow pan under the unit. e) Remove the existing UV Air Sanitizer Systems on each existing air handling unit and reinstall on the new air handling units f) The heat pumps and air handling units shall be matched to work together as recommended by the manufacturer. All equipment shall be from the same manufacturer. g) Install new equipment level and plumb, and firmly anchored in place. h) Provide a new non-corrosive overflow pan under each new air handling unit. i) Install new thermostat controls in same location as existing controls. j) Reuse the existing electrical conduit and conductors. Contractor shall provide all materials, equipment, and labor for connecting the existing electric power to the new units. k) A new automatic condensate shut off shall be installed on each air handling unit to shut down the unit in the event the condensate line becomes blocked. l) Contractor shall verify that the condensate drain lines for each air handling unit are clear before installing the new unit. Contractor shall reuse the existing condensate drain lines to the extent possible and will be responsible for providing materials, equipment, and labor for connecting the existing condensate drain lines to the new units. m) Contractor shall remove the existing line sets and provide completely new line sets for all the units. Contractor shall use the existing building penetrations and shall use a commercial grade sealant to properly seal off and weatherproof the building penetrations once the new line sets are installed. Contractor shall provide new insulation for the line sets from the heat pumps to the air handling units. Line sets must be factory cleaned, dried, pressurized, and sealed. n) Contractor shall use a non-ozone-depleting refrigerant. Refrigeration circuit components will include liquid--line shutoff valve with sweat connections and vapor--line shutoff valve with sweat connections. Unit shall be equipped with high--pressure switch, low pressure switch and filter drier. o) All four heat pumps shall be equipped with low ambient kits. p) Contractor shall reuse the existing ductwork. Contractor is responsible for providing all materials, equipment, and labor to connect from the existing ductwork to the new air handling units. q) Provide 1 hour of instruction to Government personnel of how to operate equipment and provide simple maintenance checks of the system to ensure it is operating properly. r) A minimum 7-year warranty on parts shall be provided. The contractor is responsible for registering the equipment with the manufacturer, if required, to acquire the warranty certificate, and shall provide this certificate to the Contracting Officer or Contracting Officer�s Representative during project closeout. s) Installations shall meet all local, state, and federal building codes. C. All work will be performed under a single contract. D. Period of performance: 90 days from award of contract 1.3 QUALITY ASSURANCE A. Electrical components shall comply with NFPA 70 and be UL listed. B. Fans shall be tested in accordance with procedures of AMCA 210 and meet the requirements of AMCA standards. C. Fans shall bear the UL label and the AMCA Certified Rating Seal. The manufacturer shall certify that the fan has been tested in accordance with AMCA 330 and that the sone level does not exceed that shown. Unit will be rated in accordance with the latest edition of ARI Standard 210. D. Unit will be certified for capacity and efficiency and listed in the latest ARI directory. E. Unit construction will comply with latest edition of ANSI/ ASHRAE and with NEC. F. Unit will be constructed in accordance with UL standards and will carry the UL label of approval. Unit will have c--UL--us approval. G. Unit cabinet will be capable of withstanding Federal Test Method Standard No. 141 (Method 6061) 500�hr salt spray test. H. Air--cooled condenser coils will be leak tested at 150 psig and pressure tested at 450 psig. I. Unit constructed in ISO9001 approved facility.� ITEM 2 - EXISTING UTILITIES 2.1 Existing Utilities: Notify Contracting Officer and utility companies of proposed locations and times for any needed excavation. 2.2 Contractor shall be responsible for locating and preventing damage to known utilities. If damage occurs, repair utility at no additional expense to the Government. If damage occurs to an unknown utility, repair utility. An equitable adjustment will be made in accordance with the Changes clause of the contract. 2.3 Water service shall be maintained throughout construction. ITEM 3 - CONTRACTOR�S USE OF PREMISES 3.1 Conduct of Operations: the contractor shall always conduct his operations in conformance with the rules and regulations promulgated by the Secretary of the Interior for the National Park Service, and applicable park rules and regulations prescribed by the Park Superintendent. A. No signs or advertisements (except those specified herein) shall be displayed on the work site or within the park unless approved by the Contracting Officer. B. Smoking is not permitted within any Federal building or within 25 feet of entrances, operable windows, or outdoor air intakes. C. Public Use of Site: Contractor shall always conduct operations to ensure the least inconvenience to the public. D. Horseplay, rough housing, loud music, and other inappropriate behavior will not be tolerated. 3.2 On-site work hours: Work shall be generally performed during normal business working hours of 7 a.m. to 4 p.m., Monday through Friday, except when otherwise indicated. A. Work on Saturdays, Sundays, Federal holidays, early morning, or at night may not be performed without prior consent from the Contracting Officer. Submit requests for work outside of the stated normal business hours to the Contracting Officer for approval at least 48 hours in advance of the work. 3.3 Contractor Use of Site: A. General: Confine on-site material storage, equipment, vehicle parking, and staging to areas specifically designated by the Contracting Officer Representative. Contractor shall at all times conduct his operations to ensure the least inconvenience to the public and employees. B. Driveways and Entrances: Keep driveways, access roads, and entrances serving premises clear and available to Government, Government's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize use of driveways and entrances. 3.4 Housekeeping: A. Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Immediately remove all hazardous rubbish. Do not allow rubbish to accumulate. Provide onsite containers for collection of rubbish and dispose of it at frequent intervals during progress of work. B. Dispose of waste materials legally off NPS property. 3.5 Fire and Life Safety: As a minimum, conduct one 15 minute ""toolbox"" safety meeting. These meetings shall be conducted by a foreman or supervisor and attended by all construction personnel at the worksite. Topics need to coincide with work scheduled for the following week. Document and submit meeting minutes to the Contracting Officer within one day after the meeting. A. Comply with the requirements of NFPA 241 (Standard for Safeguarding Construction, Alteration, and Demolition Operations). B. Store and handle hazardous materials in accordance with manufacturer�s and OSHA 29CFR1926 Subpart D requirements. Maintain readily available, on site, MSDS/Safety Data Sheets (SDS) for each chemical. i. Immediately report all spills of hazardous materials to the park. ii. Maintain a spill emergency response kit. iii. Train employees how to respond to a spill and use the emergency response kit. � ITEM 4 - COMMENCEMENT, PROSECUTION, AND COMPLETION 4.1 The Contractor shall commence work in accordance with the terms and conditions of the contract. ITEM 5 - EXAMINATION OF THE SITE 5.1 All bidders are urged to visit the job site and examine existing conditions before submitting bids. All bidders will be held to have the same knowledge concerning the site and the on-ground conditions as if they had inspected the job site. No change orders will be approved for work obvious during a site visit. Please see FAR 52.236-27 - Site Visit (Construction). ITEM 6 - ABBREVIATIONS 6.1 The list of abbreviations, which may be used in the Specifications or Special Provisions, refer to the organizations and specifications of the organizations may be found at the below https://www.nps.gov/orgs/1671/do-business-with-us.htm ITEM 7 - ACCIDENT PREVENTION 7.1 Description: The work of this section consists of establishing and implementing an effective accident prevention program and providing a safe environment for all personnel and visitors. A. It is the Contractor's responsibility to require all those working on or visiting the site to always wear necessary personal protective equipment in good repair. 7.2 Submittals: A. Accident Prevention Program: At the Post Award Conference submit for approval a site-specific accident prevention program. The Plan shall be written to comply with OSHA and project requirements (a generic plan is not acceptable) including but not limited to the following: 1. Name and qualifications of responsible supervisor to carry out the program 2. First aid and rescue procedures. Provide current certification for first aid/CPR of designated individual. 3. Planning for possible emergency situations such as explosions, fires, or power outages. Such planning shall take into consideration the nature of construction, site conditions, and degree of exposure of persons and property. 4. Contractor to identify nearest location of medical facility for emergencies 5. Supplemental hazard specific plans may be required IAW 29 CFR 1926 or 1910. 7.3 Qualification of Employees: A. Ensure that employees are physically qualified to perform their assigned duties in a safe manner to include operators of vehicles and equipment. Provide operating instructions for all equipment. B. Do not allow employees to work whose ability or alertness is impaired because of drugs, fatigue, illness, intoxication, or other conditions that may expose themselves or others to injury. 7.4 Accident Reporting: The Contractor shall report all accidents to the Contracting Officer or Contracting Officer Representative as soon as possible and assist the Contracting Officer and other officials as required in the investigation of the accident. 7.5 First Aid Facilities: Provide adequate facilities for the number of employees and appropriate to the hazards associated with the types of ongoing work at the site. 7.6 Emergency Instructions: Post telephone numbers and reporting instructions for ambulance, physician, hospital, fire department, and police in conspicuous locations at the work site. 7.7 Personal Protective Equipment (PPE): It is the Contractor's responsibility to require all those working on or visiting the site to always wear necessary protective equipment. A. PPE must meet requirements of applicable ANSI standards. Selection shall conform to OSHA 29CFR 1926 Subpart E. 7.8 Hazardous Materials: It shall be the responsibility of all operators and contractors, functioning within the park to properly cleanup, mitigate and remediate if necessary, all unauthorized discharges of hazardous materials or non-hazardous chemical and biological products released from fleet and/or other support vehicles or stationary sources. Response shall be consistent with guidelines established by federal, state and local regulations, and as outlined within the operator's Safety or Hazardous Materials Business Plan. A. If a spill, leak, or other release occurs, the operator shall, as soon as possible, without impeding cleanup, notify the Contracting Officer Representative. ITEM 8 � Post Award CONFERENCE: See FAR 52.236-26 � ITEM 9 - SUBMITTALS 9.1 General Submittal Procedures: A. General: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual specific sections. 1. CM-16 Transmittal Form: All submittals shall be transmitted via electronic email using National Park Service form CM-16 form. The form will be provided by the Contracting Officer. No action will be taken on a submittal item unless accompanied by the CM-16 transmittal form. The CM-16 transmittal form shall be submitted to the Contracting Officer and Contracting Officer Representative. B. Submittal List: A submittal list has been attached to the end of this Specification Section. The intent is to provide an overall summary of submittal requirements and not a comprehensive list. The requirements of the individual Specification Sections, terms and conditions of the Contract still apply regardless of what is shown on the submittal list. C. Post Award Conference Submittal: The following items shall be submitted a minimum of one week prior to the Post Award Conference. If all of these documents have not been received one week prior to the scheduled Post Award Conference date, the conference will be cancelled, Notice to Proceed will not be issued, and the Contracting Officer will consider other contractual remedies. Work shall not commence until written Notice to Proceed has been issued. The Contracting Officer will notify the Contractor of tentative date for the Post Awad Conference: 1. Letter designating Project Superintendent. 2. Work Schedule. 3. A comprehensive breakdown of the Schedule of Values. 4. Accident Prevention Plan (see section 7 of this document). 5. A list of Subcontractors for this project. 6. Written statements from subcontractors certifying compliance with applicable labor standard clauses (SF1413). 7. Satisfactory evidence of liability insurance coverage and workman�s compensation for the Contractor and all subcontractors. 8. Waste Management Plan. 9. Quality Control Plan. 9.2 Shop Drawings, Product Data, and Samples: Contracting Officer will provide sample cover sheet. A. Product Data: Provide component construction, anchorage method, hardware, etc. 1. Submit Product Data according to Part 9.1 of this section to include one digital file (.PDF or .TIF) to COR. B. Forward submittals to Contracting Officer and Contracting Officer Representative at least 7 days before beginning work. C. After approving submittals, Contracting Officer will return one copy to the Contractor. If submittals are not approved, Contracting Officer will return all copies to Contractor with reasons for rejection. Resubmit, identifying changes. Any work done before approval shall be at Contractor's own risk. � ITEM 10 - PROJECT CLOSEOUT 11.1 Description: The work of this section consists of final cleanup, closeout submittals, final inspection procedures, and safety precautions. 11.2 Cleaning: Remove all tools, equipment, surplus materials, and rubbish. At time of final inspection, project shall be thoroughly clean and ready for use. The contractor shall take all necessary precautions to prevent damage to government property. The contractor shall be responsible for properly repairing any government property damaged during the performance of this contract. 11.3 Substantial Completion and Final Inspection: Submit written certification that project is substantially complete, and a final inspection must be requested to the Contracting Officer in writing. The Contracting Officer or Contracting Officer Representative will inspect within 3 days of receipt of request or at a mutually agreeable time. Contracting Officer Representative will only approve completed work during normal park operating hours. A. If the work is determined to be substantially complete, following the final inspection, the. Contracting Officer will prepare a Punch List and issue a Letter of Substantial Completion. B. If the work is not determined to be substantially complete following the final inspection, the Contracting Officer will notify Contractor in writing. Contractor shall request a new final inspection after completing the work. C. Contractor shall complete the Punch List within 7 calendar days, documented weather permitting. D. If Contracting Officer determines that the work is not substantially complete; they will immediately notify Contractor in writing, stating reasons. After completing work, Contractor shall resubmit certification and request a new final inspection. Re-inspection costs may be charged against the Contractor in accordance with the Inspection of Construction contract clause. E. If Contractor completes all items of work on the Punch List and all contractually required items, Contracting Officer will issue Letter of final acceptance of work. F. Disposition of any permits and warranties required by the specifications in this section. 11.4 Acceptance of the Work: After all deficiencies have been corrected, a Letter of Acceptance will be issued. A Release of Claims document must be executed and submitted to the Contracting Officer before final payment can occur. 11.5 Warranties A. 1 Year Construction Warranty shall be based on date of Substantial Completion. B. Provide All Warranty information of products installed. All contact information, extents and conditions shall be clearly noted as well as date of overall project Substantial Completion. C. Information shall include operation and maintenance manuals for each warranted material. END OF SECTION � PART 2 � EXECUTION CONTRACTOR�S USE OF PREMISES Keep job site clear of trash and debris. Dispose of any trash, debris, and other unusable material legally at authorized facilities on non-Federal land. Contractor shall always conduct their operations to ensure the least inconvenience to the public and employees. Contractor shall make provisions to allow continued use of the general area outside the specific construction zone surrounding the building and access to sidewalks. REMOVE EXISTING EQUIPMENT Per manufacturer�s specifications, remove current air handlers and heat pumps. Existing refrigerant lines shall be flushed and re-used. Existing ductwork shall be re-used. INSPECTION Examine all surfaces for inadequate support, foreign material, unevenness, or other conditions which could prevent the best quality and longevity of the system. Notify the Contracting Officer Representative of all deficiencies. Do not proceed with the work until all deficiencies have been corrected to the satisfaction of the contracting officer, contracting officer representative, and the system manufacturer. INSTALLATION AND FIELD QUALITY CONTROL The contracting officer representative will provide onsite observation during installation. System should be installed per manufacturer�s specifications. System shall fit in existing footprint. The contractor shall connect all the new components to the existing electrical power source. Furthermore, the contractor shall supply, install, and connect all circuitry to various components following best industry standards, and the National Electric Code. The contractor shall perform all required testing and balancing of all equipment. The contractor shall demonstrate functionality of the system once having been installed. ADJUST, CLEAN, AND INSPECT Carefully inspect all completed work and correct all defects. Remove waste from the job site and legally dispose of all debris. Remove all tools, equipment, and construction aids. Contracting Officer Representative will only approve completed work during day light hours. END OF SECTION A Site Visit will be held August 1s, 2023 at 10:00 E.D.T. Location: 6614 Danville Loop 2 Road, Nicholasville, KY 40356. For additional details, please contact Adam Rymer at adam_rymer@nps.gov or 828-507-8457 Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, �Instructions to Offerors�Commercial Items� 2. FAR 52.212-2, �Evaluation � Commercial Items� 3. FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� The following contract clauses apply to this acquisition: FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� The following subparagraphs of FAR 52.212-5 are applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34. Refer to attachment for additional contract clauses. All quoters shall submit the following: Price quote and past performance form, Relevant Experience form. All quotations, shall be emailed to William_leady@nps.gov This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Quoter shall provide lump sum pricing for base and each option (2). In addition, provide a total for base and options. Submission shall be received not later than August 15,2023 at 1700 E.D.T. All submissions shall be emailed to William_leady@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the William Leady via email at William_leady@nps.gov. Point of Contact William Leady via email at William_leady@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4f0c9ade2824390b34e0114fc214617/view)
 
Record
SN06754945-F 20230721/230719230043 (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.