SOLICITATION NOTICE
Z -- Chiller Lines B-795 NAS Jacksonville
- Notice Date
- 2/1/2024 12:17:18 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945024R0006
- Response Due
- 2/15/2024 12:00:00 PM
- Archive Date
- 03/01/2024
- Point of Contact
- Sheila Borges, Lindsay Betteridge
- E-Mail Address
-
sheila.i.borges.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(sheila.i.borges.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID.� NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation currently available.� In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Description:� This acquisition may result in the award of a DBB Fixed Price Construction contract for B-795 Chiller lines at NAS Jacksonville, FL. The work includes, but is not limited to, a complete replacement of the chilled water system and compressed air systems at Building 795 at the Fleet Readiness Center Southeast (FRCSE), NAS Jacksonville, Florida. Specific work includes the replacement of Chillers, Air Handling Units (AHU's), Fan Coil Units piping systems, air distribution systems, pumps, controls, air compressors, and compressed air piping. The new chilled water system will consist of water cooled, variable speed centrifugal chillers and chilled water pumps will be located outside in a package plant. The new chilled water contamination from existing chilled water system. Two compressed air systems shall be constructed and located inside Building 795. One system shall be a high pressure system supplying air ranging from 300 to 90 psig, the other shall be a low pressure system supplying air at 125 psig. Additional work will include provision of temporary office facilities for the existing administration space, hazardous materials remediation, phasing of construction to provide the least impact to production, and incidental related work. The solicitation and contract shall include FAR Clause 52.211-10, Commence, Prosecution and Completion of Work, which will identify 839 calendar days (base and any options exercised) for contract completion from date of contract award. The best value continuum source selection process to be used for this acquisition is the Lowest Price Technically Acceptable (LPTA) process as described in FAR 15.101-2.� The LPTA process is appropriate when the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. A sources sought notice was posted to sam.gov on October 23, 2023 requesting small business industry interested and capability statement. Based on responses from the notice it was determined that the requirement should be issued as full and open. The solicitation will be a negotiated Design-Bid-Build acquisition.� Proposals will be solicited in a one-part submission for a single solicitation.� The solicitation will utilize source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. Competition Requirements: Unrestricted basis, under full and open competition. Procurement Method: FAR Part 15, Contracting by Negotiation. Type of Contract: Firm-Fixed Price The NAICS code for this construction solicitation is 236220 with a size standard of $45,000,000. Project Magnitude is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Large business concerns will be required to submit a subcontracting plan prior to award of the contract. A Site Visit will be held for those offerors who choose to participate (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. �Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3b12553c4517465e94ce9128af14466d/view)
- Place of Performance
- Address: Jacksonville, FL 32212, USA
- Zip Code: 32212
- Country: USA
- Zip Code: 32212
- Record
- SN06952283-F 20240203/240201230040 (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 |