Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

38 -- HVAC Upgrades, Washington, DC, Maryland, and Virginia. - Advance Notice to Bidders

Notice Date
6/28/2012
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Washington Metropolitan Area Transit Authority, Procurement and Materiels, PRMT-JGB, 600 5th Street, Washington, District of Columbia, 20001
 
ZIP Code
20001
 
Solicitation Number
IFB_FQ12219MR
 
Archive Date
12/14/2012
 
Point of Contact
Miles Rosner, Phone: (202) 962-2710
 
E-Mail Address
mrosner@wmata.com
(mrosner@wmata.com)
 
Small Business Set-Aside
N/A
 
Description
Advance Notice to Bidders (Rev 00) HVAC Upgrades Status: Open Posted on 06/28/2012 Due on 08/15/2012 Pre-Proposal Conference Date on 07/24/2012 DBE Participation Goal: 25% Contract Administrator: Rosner,Miles Email Address: mrosner@wmata.com Synopsis IFB No. FQ12219/MR IFB Title: HVAC Upgrades ADVANCE NOTICE TO BIDDERS (Rev 00) Date Posted on Internet: June 29, 2012 Solicitation Availability: o/a July 18, 2012 Pre-Bid Conference: July 24, 2012, 1:45 pm Bid Opening: August 15, 2012 Project Description: HVAC Upgrades, Washington, DC, Maryland, and Virginia. Description of Work The scope of work includes HVAC Upgrades throughout the WMATA jurisdiction in Washington, DC, Maryland, and Virginia. The solicitation includes but is not limited to: replacement of station chilled water air conditioning units ranging in size from 5,000 CFMs to 37,800 CFM’s.. Station Jurisdiction No. of Units Benning Road DC 3 Capitol Heights MD 3 Navy Yard DC 4 Anacostia DC 2 U Street/African American Civil War Memorial Cardoza DC 4 Rosslyn VA 0 Total 16 Estimated Cost Range: $1,000,000 - $5,000,000 Period of Performance: Two non-cooling periods 10/15/12 - 04/15/13 10/15/13 - 04/15/14 Bonds/Guarantees: A bid guarantee, in the amount of 5% of the total bid price, is required with the bid if it is greater than $100,000. The successful proposal must provide Performance and Payment Bonds in the amount of the initial contact award after award of the contract. DBE Information: The solicitation includes a DBE goal of 25% *(subject to adjustment when the IFB issued), if the bid price is $500,000 or more. Information on the WMATA DBE program can be found at http://www.wmata.com/business/disadvantaged_business_enterprise/ WMATA will have a DBE office representative on hand at the Pre Bid Condense. Questions regarding WMATA’s DBE program may be addressed to Ms. Tammy Paige-Sterling tpaige-sterling@wmata.com, telephone 202-962-2409. Insurance The successful bidder must provide Commercial General Liability, Automobile Liability Railroad Protective Liability, Employer's Liability, Commercial General Liability, and Automobile Liability with WMATA included as an additional insured as well as Worker's Compensation (Statutory). The successful contract may purchase the Railroad Protective Liability Insurance from WMATA - Refer to Special Conditions 2.15 Indemnification and Insurance, Railroad Protective Liability Insurance (RRPL) may waive the requirement for the contractor to procure the RRPL and instead be covered under WMATA’s RRPL policy by pre-paying a premium. The Contractor would apply for coverage under WMATA RRP policy, pay the premium and submit proof of payment to the Authorized Representative. The contractor is entitled to 100% reimbursement of the actual premium paid to WMATA with no markups. The application and fee must be submitted within ten (10) calendar days of contract award. For bidding purposes, an allowance will be provided on the Unit Price Schedule. The contractor shall be reimbursed 100% of the actual premium paid to WMATA. If the contractor chooses to not utilize the WMATA RRPL, then WMATA will reimburse the contractor the actual cost with no markups up to the amount (not allowance) that would be paid to obtain the insurance from WMATA. WMATA will have an insurance representative on hand at the Pre Bid Conference to discuss the Railroad Protective Liability Insurance and how that insurance may qualify for purchase by the apparent low bidder from WMATA at significant cost savings. Pre Bid Conference: Tuesday, July 24, 2012 at 1:45 pm at WMATA, Jackson Graham Building,, Lobby Level, 600 5th Street, NW, Washington, D.C., 20001. WMATA will provide a PowerPoint presentation including the solicitation issues and technical requirements WMATA will have representatives of our procurement, insurance, DBE, safety, and infrastructure rehabilitation in attendance. WMATA certified DBE’s are strongly encouraged to attend. All attendees must provide a WMATA Contractor ID or aa government issued identification for entry into the Jackson Graham Building (cameras, cell phones, computers and other mobile devices are permitted). Individuals that plan to attend the meeting are requested, but not required, to send an email to mrosner@wmata.com, with their name, title, company name, mailing address, telephone, and email for each attendee. Attendees should arrive no later than 1:35 pm. in order to clear security and/or receive temporary badges. The meeting is expected to end by 4:00 pm. Site Visits All site visits will be conducted at night during Non Revenue hours. Day 1 Wednesday, July 25, 2012, 11 pm (2300), Day 2 Thursday, July 26, 2012, 11 pm (2300) Meeting point for both nights will be U Street Metrorail Station, 13th and U Street Entrance, 1240 U Street NW, Washington, DC 20009. Attendees that have a current WMATA Contractor ID shall display their ID and bring PPE and WMATA approved safety vest. Attendees not holding WMATA Contractor ID with PPE and vest should specifically identify themselves to the WMATA escorts. Individuals that plan to attend the Site Visits are requested to send an email 24 hours in advance of the site visit to mrosner@wmata.com, with their name, title, company name, mailing address, telephone, and email for each attendee. WMATA must arrange escorts based upon the number of attendees. Pre-Award Information: Shall not be submitted with the bid. After the bid opening, only the Apparent Low Bidder will be requested to submit Pre-Award Information. Bids Due: Wednesday,,August 15 2012 by 2 pm and shall be delivered to WMATA, Office of Procurement and Materials, Room 3C-01, 600 Fifth Street, NW, Washington, DC 20001. Bids will be publicly opened and read aloud in the WMATA Meeting Room, Lobby Level, 600 Fifth Street, NW, Washington, DC 20001. Bidders are cautioned to not take exceptions or qualify their bid. Any questions regarding the solicitation should be made in writing to the Contracting Officer no later than five (5) business days prior to the bid opening. Please carefully review the Notice to Bidders of the IFB. The Notice to Bidders addresses common problems found in previous bids that may cause bid rejection. Virginia Contractor License The proposer and all subcontractors shall have a Virginia Class A contractor license. http://www.dpor.virginia.gov/. This is a Commonwealth of Virginia law and WMATA complies with the law. Basis of Award A single contract for all items will be awarded to the lowest responsive and responsible bidder. Type of Contract: Firm fixed price for the items in the Unit Price Schedule. IFB availability: The IFB will be free of charge on the WMATA website in Adobe Acrobat (.pdf) format at http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm. In order to avoid IFB download problems, please immediately download the latest version of Adobe Acrobat Reader (Currently Version X (10.1)) available for free at http://get.adobe.com/reader/ Amendments: If any amendments are issued, they will be posted on the WMATA website along with the solicitation. Buy America Act Certification (Not to be confused with Buy American) This information will be included in the following: a. Advance Notice to Bidder b. IFB c. Pre Bid Conference Meeting Agenda/Handout Bidders should be fully cognizant regarding BUY AMERICA and be prepare to submit not only a BUY AMERICA certificate but actual proof of compliance including parts and assembly. This information will be required with the Pre Award Data submitted by the Apparent Low Bidder. The applicable Buy America Certificate for this solicitation is “Certification requirement for procurement of steel, iron, or manufactured products.” http://www.fta.dot.gov/legislation_law/12921.html This project is funded by the Federal Transit Administration. The Buy America requirements apply to federally assisted construction contracts, and acquisition of goods or rolling stock contracts valued at more than $100,000. (a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement it will comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)© and 49 C.F.R. 661.11. (b) An offeror must submit to the Authority the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. (b) An offeror must submit to the Authority the appropriate Buy America certification with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Virginia Contractor License The proposer and all subcontractors shall have a Virginia Class A contractor license. http://www.dpor.virginia.gov/. This is a Commonwealth of Virginia law and WMATA complies with the law. Warranty Two cooling seasons (May 15 to October 15) after completion of the units in each station. The scope includes all work provided in each station. Contractor Personnel and WMATA Contractor ID All on site personnel as well various contractor management personnel must have a current WMATA Contractor ID. In order to obtain a WMATA Contractor ID all persons must pass a WMATA background check and WMATA safety training. WMATA safety training is provided in English only and translators are not allowed. WMATA will provide safety training and Contractor ID’s to the successful contractor team at no cost. Vendor Registration: Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc) http://www.wmata.com/business/procurement_and_contracting/vendor_registration.cfm Question regarding vendor registration should be addressed to Phillip Barrett, Jr at PbarrettJr@wmata.com or telephone 202-962-1408. Contact Person: Mr. Miles Rosner, Contract Administrator, mrosner@wmata.com, facsimile (202) 962-6120, voice (202) 962-2710; or write Miles Rosner, Office of Procurement and Materials, Washington Metropolitan Area Transit Authority, Room 4A, 600 Fifth Street, NW Washington, D.C. 20001. Email contacts are strongly preferred. NAICS Codes 221330 Steam and Air-Conditioning Supply 238220 Plumbing, Heating, and Air-Conditioning Contractors 334512 Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/WMATA/WMATA01/WMATAPRMT01/IFB_FQ12219MR/listing.html)
 
Place of Performance
Address: 600 Fifth Street, NW, Work will be at various location in Washington, DC, Maryland and Virginia., Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN02789361-W 20120630/120628235653-66ce12d8bbd24aeeab8e68a8c33d6338 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.