SOLICITATION NOTICE
N -- N--REPLACE HVAC UNITS
- Notice Date
- 4/17/2024 9:46:20 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3024Q0059
- Archive Date
- 07/31/2024
- Point of Contact
- Berry, Kathleen (Kathy), Phone: 7022938460, Fax: 702293
- E-Mail Address
-
kberry@usbr.gov
(kberry@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PRE-SOLICITATION NOTICE Heating Ventilation and Air Conditioning (HVAC) Replacement at Yuma Area Office This is a Pre-Solicitation Notice with the intent of synopsizing a proposed contract action prior to issuance of the solicitation. Specific instructions on submitting proposal will be contained in the solicitation documents to be issued on or about May 1, 2024, posted to SAM.gov website. No documents will be available until the solicitation is issued. The U.S. Department of Interior (DOI), Bureau of Reclamation, Lower Colorado Basin, (LCB), has a requirement for a construction contract to remove and replace the existing HVAC units with upgraded properly designed high efficiency units that meet proper comfort and environmental control levels as well as newer alternative to R22 within the building. Each until shall be 90% energy efficient. All systems at YAO are 3-phase with most being 480v except for trailer units that are 230v. All units shall be replaced with like or better systems using current and approved refrigerant as approved by the EPA. All air conditioning replacements will remain in their same locations except for one, which is for the ""self-contained breathing apparatus (SCBA)"" suits. This new location for the air handler shall be on the ground floor next to the Biocide room which also allows for the use of the West side of this Administration building for the condenser. The existing air conditioning unit (A/C) to store and maintain the SCBA is installed above the Biocide Room and is currently out of service due to damages to the biocide room and its ceiling, caused by condensation run off during operation. Additionally, access to the A/C unit for maintenance needs is unsafe as there is no certified roof that supports personnel and their tools and equipment, and no railing system or illumination is present. The new system may use existing duct work, as applicable. All disposal materials and debris will be transported and disposed of by the contractor. Contractor will provide all labor, materials, equipment and rigging to remove the existing A/C unit and related components and dispose offsite. A/C system shall be completely assembled and operational. Provide all documentation, registration requirements, warranty compliance, start-up information, manuals, and technical specifications to the Government. The Contractor shall provide a test of the entire A/C system upon completion of the work to show function. Contractor will also check for leaks and make necessary repairs, as needed. The Contractor shall provide manufacturer's warranty for all HVACs. The Contractor shall provide a minimum of a one (1) year warranty on all parts, labor, material, and services installed for this project. The warranty period shall begin on the date of written acceptance by the Government. This requirement is restricted as a 100% Small Business Set-Aside. The North American Industry Classification System Code (NAICS) identified for this action is 238220 - Plumbing, Heating, and Air Conditioning Contractors with a corresponding Small Business Size Standard of $19M. This acquisition will be procured in accordance with FAR Part 12 Acquisition of Commercial Products and Commercial Services, and FAR 13 Simplified Acquisition Procedures. The Government intends to award one (1) contract for this solicitation. The resulting contract will be firm fixed price. The contract period will be for 60 days after Notice to Proceed (NTP). The Government intends to make one (1) Contract award under this solicitation but reserves the right to award none at all. A tentative site visit is scheduled for May 2, 2024, at 8:00 AM Arizona at the Yuma Area Office. The solicitation and any amendments to the solicitation will be available through SAM.gov. All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. Registrations: In order to be awarded a contract an offeror must be registered and active in the System for Award Management (SAM), http://www.sam.gov, and have completed their Online Representations and Certifications. Point of Contact: Kathleen (Kathy) Berry, Contract Specialist, email: kberry@usbr.gov. All contractual technical questions must be submitted in writing via e-mail to: kberry@usbr.gov. Telephone questions will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/40e9691b3b4d42f699f8798c6a94a903/view)
- Record
- SN07033277-F 20240419/240417230057 (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 |