Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOLICITATION NOTICE

Z -- HVAC Indefinite Quantity Indefinite Delivery Job Order Contract, Marine Corps Air Station Yuma

Notice Date
2/16/2024 11:34:14 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVFACSYSCOM SOUTHWEST SAN DIEGO CA 92132-0001 USA
 
ZIP Code
92132-0001
 
Solicitation Number
N6247324R0010
 
Response Due
3/4/2024 3:00:00 PM
 
Archive Date
03/04/2024
 
Point of Contact
Adrienne Moore, Phone: 9282693694, Jacqueline Carrera, Phone: 9282696448
 
E-Mail Address
adrienne.j.moore3.civ@us.navy.mil, jacqueline.carrera2.civ@us.navy.mil
(adrienne.j.moore3.civ@us.navy.mil, jacqueline.carrera2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), Yuma, AZ, intends to issue a solicitation that will result in one (1) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction Job Order Contract (JOC).�� The purpose of this procurement is to obtain work that includes but is not limited to repair, emergency service, preventative maintenance, emergency response, demolition, installation, and renovation on a wide range of Heating, Ventilation and Air Conditioning (HVAC) commercial and industrial specialized cooling systems and specialized heating/boiler systems projects throughout MCAS Yuma, AZ area of responsibility to include Cannon Air Defense Complex, Martinez Lake and Barry Goldwater Range in Yuma County, AZ and Camp Billy Machen and Chocolate Mountain Range which in Imperial County, CA. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The contract period of performance is anticipated to consist of an eight year performance period, for a maximum quantity of 96 months, or a total aggregate maximum value of $20,000,000.00 whichever comes first. Task orders will typically range between $2,000 and $1,000,000, however, task orders above or below these amounts may be considered if deemed to be in the Governments best interest. Task orders will only require construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered. The Contractor is not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated during the performance period. The scope of work for this contactor will include, but will not be limited to the demolition, installation, testing/balancing (TAB), complete diagnostics, repair or replacement, preventative maintenance, and emergency response on a variety of specialized cooling systems. The cooling systems can range from a nominal .5 ton to 350 tons of cooling capacity to include, but will not be limited to, both air-cooled chillers and water-cooled chillers, cooling towers, CRAC/CRAH systems for critical server rooms, refrigeration low/medium temperature systems, various sizes of air-handlers, fan coil units, energy management systems (EMS), Direct Digital Controls (DDC), highly complex makeup/exhaust systems, commercial package units, commercial split systems, humidification systems, commissioning/recommissioning of building HVAC systems, Variable Air Volume systems, and �other secondary equipment associated with these systems. Secondary equipment examples are Variable Frequency Drives (VFD), pumps, controls, piping, motorized valves, sensors, motors and chemical treatment systems that make these cooling systems complete. The contractor shall also ensure and include with this contract the ability to obtain and mobilize portable chillers that can range between 40 to 300 tons of nominal cooling capacity within an 8 hour response time. Contractor must also ensure that all connections from electrical to various sized chilled piping, fittings, emergency callback service, and VFD pumps will be provided to ensure cooling is reestablished within this 8 hour time period.� �� The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. The contractor must be capable of managing simultaneous projects (up to 10+) for a broad range of maintenance, repair and minor construction work. This procurement will utilize Best Value Trade-Off Source Selection procedures, requiring the submission of both non-price and price proposals. The solicitation will be a 100 percent competitive Small Business Set Aside NAICS Code 238220 Plumbing, Heating, and Air-Conditioning Contractors, with a business size standard of $19 M. �� THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. The solicitation will only be available online; in order to view the solicitation offerors must access the System for Award Management website (www.sam.gov). To download the solicitation, offerors must access the Procurement Integrated Enterprise Environment (https://piee.eb.mil/), solicitation module. Amendments, if any, to the solicitation will be made available at the PIEE website. Registrants are responsible for the accuracy of the information on the SAM.gov Registration List.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/088d789e80d849b4b43b9b99a2ec6361/view)
 
Place of Performance
Address: Yuma, AZ 85369, USA
Zip Code: 85369
Country: USA
 
Record
SN06969041-F 20240218/240216230057 (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.