Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2024 SAM #8293
SOLICITATION NOTICE

J -- 81st RD NC115 HVAC Controls Replacement

Notice Date
8/9/2024 5:45:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP24QLS02
 
Response Due
8/30/2024 2:00:00 PM
 
Archive Date
09/14/2024
 
Point of Contact
Lauren SECOR, Phone: 8433298221
 
E-Mail Address
lauren.l.secor@usace.army.mil
(lauren.l.secor@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR � 81ST READINESS DIVISION, NC115 HVAC CONTROLS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: W912HP24QLS02 Posted Date: 9 August 2024 Response Date: 30 August 2024 Product or Service Code: J041 Set Aside: 100% Small Business Set Aside NAICS Code: 238210 Contracting Office Address U.S. Army Corps Of Engineers, Charleston District 69 A Hagood Avenue Charleston, SC 29403-5107 Description This is a combined synopsis/solicitation for commercial services prepared in accordance with�the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional�information included in this notice. This announcement constitutes the only solicitation;�quotations are being requested, and a written solicitation will not be issued. This solicitation is a Request For Quote (RFQ). The solicitation document and incorporated�provisions and clauses are those in effect through Federal Acquisition Regulation and its�applicable supplements (DFARS, AFARS, UAI, etc.).� This solicitation will be based on fair opportunity procedures as a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this�procurement is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a�small business size standard of $19 million average annual revenue. The product or service�code is J041, Maintenance/Repair/Rebuild of Equipment- Electrical and Electronic Equipment�Components. The Government will award a firm fixed-price (FFP) contract resulting from this�combined synopsis/solicitation to the responsible small business offeror whose offer,�conforming to the synopsis/solicitation, will be most advantageous to the Government (as� determined by the solicitation evaluation criteria).� The US Army Corps of Engineers - Charleston District has a new requirement to provide new�controls to the HVAC system for the 81st RD, Facility ID (FACID) NC115 in Knightdale, NC due to�complete operational failure. All interested companies must provide a quote for the following: Services This project consists of furnishing all labor, tools, material, and equipment for work necessary�to restore heating, ventilation, and air conditioning back into the training facility at the�Knightdale Army Reserve Center by replacing the entire controls system and associated�components.� Please reference the attached Performance Work Statement for all requirements.� Period of Performance The period of performance is 120 days after contract award. � Place of Performance Address: Knightdale Army Reserve Center FACID NC115 408 Hinton Oaks Blvd. Knightdale, NC�27545 Country: UNITED STATES Award and Submission Information Award will be made to the contractor whose quotation is the best value to the government.�Evaluation of offers, in no particular importance, includes price, past performance, and�technical capability.� 1.�� �Technical Capability: At a minimum, the quote shall address the technical�specifications outlined in the PWS with service specification literature demonstrating�that the offeror is able to meet the Government's requirements. This will be�accomplished by the Contractor providing an informational package/submittal of�proposed equipment. 2.�� �Past Performance: Offerors submitting a quote are required to provide�documentation of at least one project similar in scope to the requirements of the PWS�within the past three (3) years that confirms satisfactory or better performance; with no�marginal or unsatisfactory ratings.� 3.�� �Price: Offerors shall insert the total price for each CLIN; partial quotes will not be�considered.� For Evaluation purposes, the Government may use information/data provided by the Offeror in�the quote/offer AND information/data obtained from other sources. A contract will be awarded�to the Offeror who provides the best value to the Government and fulfills the requirements�noted above. The following solicitation provisions apply to this acquisition: � � � See attachment labeled Provisions and Clauses� The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov This is an open-market combined synopsis/solicitation for commercial services as defined�herein. The government intends to award a contract 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:"" The quoter must list exception(s) and rationale for the exception(s). Quotations that reject the�terms and conditions of the solicitation may be excluded from consideration.� Quoters are required to submit a cover sheet with their firm's information. This shall contain,�but is not limited to: Company name, DBA, UEI, Cage, POCs, Small Business/ Socio-economic Status, etc., and any�other pertinent business information. All questions regarding this solicitation notice shall be submitted via email no later than 19�August 2024 at 5:00PM Eastern Time to Lauren.L.Secor@usace.army.mil AND�Brandon.H.Lewis@usace.army.mil. Questions received after this date and time will not be� answered prior to the closing date/time for receipt of submissions. Quote submission must be received no later than 30 August 2024 at 5:00 Eastern Time via�email to the government contacts listed below. Late submissions will be treated in accordance�with the solicitation provision at FAR 52.212-1(f).� Any further questions or concerns regarding this solicitation should be forwarded in writing via�e-mail to the Contract Specialist listed below. Please ensure to copy the Contracting Officer on�all communications. � Attachments: 1.�� �Performance Work Statement 2.�� �PWS Attachment 1- Existing As-Built Drawings 3.�� �Wage Determinations� 4.�� �Clauses and Provisions 5.�� �Pricing Worksheet Point of Contact Contract Specialist:� �� �Lauren Secor �� �Lauren.L.Secor@usace.army.mil Contracting Officer: �� �Brandon Lewis �� �Brandon.H.Lewis@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2efcce2528c24546a44af0ebb7b5e693/view)
 
Place of Performance
Address: Knightdale, NC 27545, USA
Zip Code: 27545
Country: USA
 
Record
SN07164002-F 20240811/240809230116 (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.