Ohio Bids > Bid Detail

Wright-Patterson AFB Air Handling Unit 5

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159454964778882
Posted Date: Mar 24, 2023
Due Date: Mar 30, 2023
Solicitation No: W912QR23R0022
Source: https://sam.gov/opp/8c989b4493...
Follow
Wright-Patterson AFB Air Handling Unit 5
Active
Contract Opportunity
Notice ID
W912QR23R0022
Related Notice
W912QR23R0022
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 24, 2023 11:47 am EDT
  • Original Published Date: Feb 28, 2023 04:29 pm EST
  • Updated Date Offers Due: Mar 30, 2023 01:00 pm EDT
  • Original Date Offers Due: Mar 28, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 14, 2023
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Dayton , OH 45433
    USA
Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District has issuing a Request for Proposal (RFP) - solicitation number W912QR23R0022- for the replacement of AHU-5 and associated mixing boxes; as well as ancillary work to improve working conditions throughout. Work also includes modernization and reconfiguration of this office area (33,400 SF) by replacing and rearranging partitions, doors, frames, hardware, wall and floor finishes, lighting, electrical distribution, including conduit, conductor, outlets, and the communications system.



Project will comply with Intelligence Community Directive (ICD) 705 requirements, as well as standards established in UFC-3-410-01 (HVAC Systems), UFC 3-401-01 (Mechanical Engineering), UFC 3-520-01 (Design, Interior Electric Systems), UFC 3-530-01 (Design, Interior & Exterior Lighting and Controls), NFPA 13 (Standard for the installation of sprinkler systems), NFPA 101 (Life Safety Code), NFPA 70 (National Electrical Code) and other relevant Air Force and industry standards, with applicable versions as of the 35% design date of 03 May 2019.



Contract duration is 548 calendar days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation.

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 238220 Plumbing, Heating, and Air-Conditioning Contractors.

TYPE OF SET-ASIDE: Full and Open Competition (Unrestricted)

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204.

SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror’s proposal will be reviewed, evaluated, and rated by the Government.



Proposals 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 cost or price, 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.

SOLICITATION WEBSITE: The official solicitation is available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://sam.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://sam.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 the Contract Specialist, Alexa Dukes at Alexa.L.Dukes@usace.army.mil.



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


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >