Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Z--GWMP HVAC and Roof Replacement.

Process Number 140P3022R0002

USA

Dates:


Notice ID:

140P3022R0002

Department/Ind. Agency:

INTERIOR, DEPARTMENT OF THE

Sub-tier:

INTERIOR, DEPARTMENT OF THE

Sub Command:

NCR REGIONAL CONTRACTING(30000)

Office:

NCR REGIONAL CONTRACTING(30000)

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 02, 2021 05:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 17, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

z2nb - repair or alteration of heating and cooling plants

NAICS Code:

238220 - plumbing, heating, and air-conditioning contractors

Description:


Original Set Aside:

National Park Service, Interior Region I National Capital Area Office of Acquisition 1100 Ohio Drive Washington, DC 20242 ACTION CODE: N/A PROJECT TITLE: Great Fall National Park HVAC and Roof Replacement. PROPOSED SOLICITATION NUMBER: 140P3022R0002 CLOSING RESPONSE DATE: Proposal due date is estimated to be 12/02/2021 CONTRACT AWARD NUMBER AND DATE: TBD GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for the project described below. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around 10/25/2021. The entire solicitation package, including all attachments, will be available electronically at www.beta.sam Paper copies of this solicitation will not be made available. PROJECT SCOPE: This project is specific to the Visitor Center facility at Great Falls National Park. Great Falls Park is an integral part of the George Washington Memorial Parkway (GWMP). The visitor center was constructed in 1965 as part of the National Parks Mission 66 effort, and is a mid-century modern structure listed on the National Register of Historic Places. A. The first element of this project is for construction services for a replacement roof for the Great Falls Visitor Center. The existing buildings have 6,950 SF of flat roof (contractor to verify) consisting of seven independent roof surfaces. Two of the roof areas are mechanical equipment areas. The existing modified bitumen roof and associated roofing accessories are in poor condition and have exceeded their life span. Contractor shall demolish and remove the existing roof and replace in-kind with a modified bitumen membrane roof, roofing accessories, copper flashing, wooden cladding/sheathing (as necessary to repair), new thermally-broken roof hatch, and a replacement tapered roof insulation system to meet roofing type drainage slope requirements. B. The other portion of this project is for construction services for the replacement of multiple HVAC units. For the following units, the contractor shall: Remove and replace two 10-Ton roof top units (RTUs), with two new 10-ton RTUs Remove and replace one 5-ton heat pump and AHU (located ground level), with one new 5-ton heat pump and air handling unit Remove and replace one 2-ton mini split system (located ground level), with one new 2-ton mini split system. PLACE OF PERFORMANCE: 9200 Old Dominion Dr, McLean, VA 22102. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $250,000 and $500,000. PROCUREMENT TYPE: The Government anticipates awarding a firm-fixed price construction contract to meet this requirement. SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 238220 and the small business size standard is $16.50. BONDS: All offerors will be required to submit proof of their bonding capacity with their proposal. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be 120 days from the start date on the Notice to Proceed. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled on or around 11/3/2021. This is an estimated date. The actual date and specific details will be provided in the solicitation. SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Low Price Technically Acceptable. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website.

Attachments / Links:


Document Size Updated date Download

Contact Information:


1100 OHIO DRIVE SW CONTRACTING ANNE

WASHINGTON , DC 20242

USA

Primary Point of Contacts:

Satterwhite, Sharee