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: 2021-09-22 10:29:00
United States SAM

NSWCPD Building 1000 Air Handing Units (AHU) Duct Cleaning and Sealing

Process Number N6449821R4069

USA

Dates:


Notice ID:

N6449821R4069

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NSWC PHILADELPHIA DIV

Office:

NSWC PHILADELPHIA DIV

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:

2021-09-22 10:29:00

Original Response Date:

Nov 09, 2021 11:00 am EST

Inactive Policy:

Manual

Original Inactive Date:

Feb 15, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

Total Small Business Set-Aside (FAR 19.5)

Product Service Code:

Z1AA - MAINTENANCE OF OFFICE BUILDINGS

NAICS Code:

238220 - Plumbing, Heating, and Air-Conditioning Contractors

Description:


Original Set Aside:

The Naval Surface Warfare Center, Philadelphia Division intends to initiate a Request for Proposal (RFP) to procure duct cleaning and sealing of facility air handing units (AHU) for Building 1000. Work shall take place on weekdays from 1800 to 0230 or Saturdays and Sundays from 0700 to 1730 to minimize disturbance to building operations and occupants; note that Contractor must select weekday shifts or weekend shifts and may not work both options due to Government escort limitations. All administrative and office environments within the limits of work must be returned to their original condition by 0500 of the next business day. Period of performance is 120 Days after receipt of Notice to Proceed for the base work, which is units 7 through 10 and an additional 60 Days for the optional work, which is for units 5 and 6, if the option is exercised, for a total of 180 Days. FAR Clause 52.228-1 Bid Guarantee will be included. Performance and Payment bonding is a requirement for this procurement and Liquidated Damages are applicable. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-2. The source selection process will be based on a Lowest Price, Technically Acceptable (LPTA) evaluation. The evaluation factors are expected to be: 1) Bonding and Certifications, 2) Past Performance, and 3) Price. Offerors will be required to submit an active National Air Duct Cleaning Association (NADCA) certification for the prime or subcontractor that will perform onsite duct cleaning and sealing and an active Air Systems Cleaning Specialist (ASCS) certification for its proposed onsite supervisor. Narratives must clearly demonstrate acceptability in enough detail for the Government to understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerors are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received. Therefore, each proposal should contain the offeror's best terms. The Government reserves the right to hold discussions at its discretion. The solicitation N6449821R4069 is expected to be issued on or about 7 October 2021 with a closing date on or about 9 November 2021. The official media of distribution for this RFP is at SAM.gov. Contractors may download the solicitation (including any attachments) and any amendments via the SAM.gov website on or after the issue date. It is the offeror's responsibility to monitor the SAM.gov website for any amendments. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Firms are required by legislation to submit an annual VETS-4212 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: https://www.dol.gov/agencies/vets/programs/vets4212#howtofile

Attachments / Links:


Document Size Updated date Download

Contact Information:


5001 S BROAD STREET

PHILADELPHIA , PA 19112-1403

USA

Primary Point of Contacts:

Linda Dobbs

Secondary Point of Contact:

Dillon Lucas