Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2025 SAM #8481
SOLICITATION NOTICE

J -- Remove/replace Chiller unit - Bldg. 221

Notice Date
2/13/2025 10:20:55 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
FA671225B0001
 
Response Due
3/3/2025 6:00:00 AM
 
Archive Date
03/18/2025
 
Point of Contact
Claudette Baldt, Phone: 4124748127, Anthony Abate
 
E-Mail Address
claudette.baldt.1@us.af.mil, anthony.abate@us.af.mil
(claudette.baldt.1@us.af.mil, anthony.abate@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation is likely designated a 100% Small Business set aside. A single award acquisition will be made. The awardee must be a Small Business certified at time of award. The contractor shall provide all administration, facilities, materials, labor, and equipment and perform all operations necessary to complete construction as identified in the contract documents, to include, but not limited to, Statement of Work, specification and drawings identified in the award. General Summary of Work: Remove and Replace Chillers in accordance with a current equivalent Carrier model chiller. The new model must meet up-to-date refrigerant requirements. Remove and replace any necessary electrical or plumbing elements to create optimal conditions for the new unit to function. The project site is located at the 911th AW (AFRC), Pittsburgh Air Reserve Station, 2375 Defense Ave, Coraopolis, PA 15108. The potential magnitude of this project is Between $100,000,000 and $250,000,000. Total contract performance period is 120 calendar days from the date of receipt of the notice to proceed. The award will be a Firm?Fixed Price contract. The NAICS Code is 238220; the Size Standard is $19 million average annual receipts over the past three years. Paper copies of the solicitation (Invitation for Bid) will not be provided as these documents, which include, but not limited to, the solicitation, Statement of Work, drawings, and specifications, can be downloaded from the site for federal business opportunities at https://www.sam.gov and should be available on or about 20 February 2025. As this is a federal construction project, the Davis-Bacon Wage Rate requirement will apply. Once the solicitation is posted, it is incumbent upon the interested parties to review this posting frequently for any updates, changes, and/or amendments to any and all documents. The closing date for submission of offers is estimated to be on or about 03 March 2025, 9:00 a.m. EST and will be contained in the solicitation package. To be included on the Potential Prime, Subcontractor, and/or Supplier List, interested parties should identify themselves by registering on the Interested Vendors List (IVL) found on the sam.gov website. Contractors are advised that in order to receive an award as the prime contractor, they must be listed and active in the System for Award Management (SAM) database for the NAICS code 238220. Failure to register will disqualify a contractor from award should the contractor be selected, not registered, nor active at the time of bid opening. Contractors may register via the Internet SAM website at https://www.sam.gov. Recommend registering immediately in order to be eligible for timely award. Contractors are also advised that they must complete the Online Representations and Certifications Application or risk having their bid declared non?responsive. SITE VISIT: A pre?bid conference and site walk will be conducted on or around 25 February 2025. A finalized date and details will be specified in the solicitation. *** THE SITE VIST WILL BE LIMITED TO NO MORE THAN TWO REPRESENTATIVES (TO INCLUDE THE POTENTIAL PRIME AND SUBCONTRACTOR) FROM EACH INTERESTED PARTY ***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a080079bf8af4577bc34a39e747ecaf0/view)
 
Place of Performance
Address: PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN07341965-F 20250215/250213230032 (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.