The RFP Database
New business relationships start here

Replace HVAC Air Handling Units of Building 10856 at Wright Patterson AFB


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-17-R-0029 for the replacement of two heating, ventilation, and air conditioning (HVAC) air handling units (AHU) (AHU-4 and AHU-7) on the 1st and 2nd floors of Building 10856 at Wright Patterson Air Force Base; including return fans and all associated ductwork, diffusers and controls, and rezoning of the HVAC systems. New HVAC systems to be variable air volume (VAV) with hot water reheat with new direct digital (DDC) controls and economizer. Project also includes reconfiguration and renovation of spaces on both floors to include new ceiling grid, new carpet, painting, patch work as required, plaster ceiling demolition and replacement for a complete and useable facility. Total area of work is approximately 78,000 square feet. The secure walls are concrete masonry unit (CMU) construction and over the years have had holes created in the wall. Patch all unused holes in wall in accordance with ICD 705. The size and types of equipment to be used include a 26,000 CFM air handler, 30 HP total supply and return plenum fans, 90 ton hydraulic chilled water coil and 543 MBH hydronic heating hot water coil. All work is constructed in a secure environment and shall follow ICD 705.

Contractors and subcontractors are required to be US Owned and only US Citizens and other US persons as described in ICD 705 shall work on the project and at the project site.


Contractors shall request certification using the Defense Logistics Information Services Joint Certification Program. Contractors, prior to obtaining plans and specifications, potential offerors shall provide the certification as well as a signed agreement using the following language to the Contracting Specialist. Plans and Specs download will be controlled using Explicit Access Export Control under FBO.


SUBJECT: Contractor Control of Plans


1. You are receiving access to download the Repair B/10856 AHU 4 and 7 project from FBO with the above password. These files contain Government information that includes prints, diagrams and floor plans. By downloading the files you agree to the following:


a. Control and secure contents of information/plans related to this project
b. Limit dissemination/reproduction to minimum required to complete bidding process
c. Not post information/plans on company website or any other site accessible to the public
d. Return/destroy information/plans/delete electronic files within 30 days of unsuccessful bid or project completion


2. Any questions regarding this letter or policy should be directed to the contract specialist.



Signature Block



The project contains options such as: 1) Operations and Maintenance, Air Force Funded Equipment Items; 2) Supporting Facilities - paving/gate; 3) Primary Facilities - Enhanced Commissioning.


The Contract Duration is eight hundred eight (808) calendar days from Notice to Proceed.


TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction.


TYPE OF SET-ASIDE: This acquisition will be a full and open type procurement.


SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to cost or price.


DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.


CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FARS 36.204. The target ceiling for this contract is approximately $10,000,000. Offerors are under no obligation to approach this ceiling.


ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 22 March 2017. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov.


SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.


REGISTRATIONS:


Offerors shall have and shall maintain an active registration in the following database:


System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.


POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Patrick.J.Duggins@usace.army.mil. ;

A backup contact is also available for contact: Steve Hutchens at Stephen.P.Hutchens@usace.army.mil.


This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.


Patrick J. Duggins, Contract Specialist, Email Patrick.J.Duggins@usace.army.mil - Stephen P. Hutchens, Phone 5023156186, Email stephen.p.hutchens@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP