MODIFICATION
41 -- Purchase & Installatilon of Complete 2N Chilled Water System: (3) 350 Ton Chillers, Piping, (29) CRAC Units - Amendment 7
- Notice Date
- 8/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-12-R-0065
- Point of Contact
- Steven P. Scharlow, Phone: 6182299543, Melissa J Benhoff, Phone: 6182299142
- E-Mail Address
-
steven.scharlow@disa.mil, melissa.benhoff@disa.mil
(steven.scharlow@disa.mil, melissa.benhoff@disa.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- HC1028-12-R-0065-0005 - SF30 Amended Solicitation Document 16 Aug 12: RFP EXTENSION This RFP has been extended, as all proposals significantly exceeded the Government's cost estimate (IGCE). If your company has previously submitted a quote, please see revised solicitation document to determine where you may have exceeded the basic requirements of the Statement of Work (SOW). All vendors are encouraged to provide any additional Government discounts available. The attached SF30 amendment (HC1028-12-R-0005) revises the Evaluation for Award clause adding the IGCE Affordability Analysis budget cap of $4,700,000.00 on the base proposal (CLINs 0001, 0002, & 0003) and requires a price breakout for labor & materials, revises the Statement of Work (SOW), extends the Period of Performance from 360 to 540 calendar days from date of award, updates the commercial & DBA Wage Determinations, and reopens & extends vendor Q&As & the RFP submission deadline on FedBizOpps through 29 Aug 12. These recent changes are highlighted in GREEN. "Affordability Analysis: The Government will evaluate the affordability of each offeror's proposed price by comparing it to the Government's base period of performance budget cap of $4,700,000.00. This budget cap is not applicable to option periods. In order to result in an awardable proposal, the final evaluated price for the base period of performance must not exceed the budget cap." Note that the amended modification labeled HC1028-12-R-0005 is attached, but due to a system error the body of the document incorrectly labeled it as HC1028-12-R-0008 and it should have stated that one signed copy is to be returned. Be advised that the original (with CLIN pricing) and the first page of all 5 amendments to the solicitation (includes this one) must be signed and returned with your proposal via e-mail. The site visit was previously held and no additional site visits will be available. VENDOR QUESTIONS : All vendor questions concerning this requirement must be submitted electronically no later than 2:00 PM, Monday, 20 Aug 2012. Please address questions to Steven Scharlow (steven.p.scharlow.civ@mail.mil). GOVERNMENT RESPONSE TO QUESTIONS : All vendor questions and answers (Q&As) will be posted on FedBizOpps. Responses to all questions posed will be e-mailed no later than 4:30 PM, Wednesday, 22 Aug 2012. PROPOSAL DUE DATE : Proposals are due by 3:00 PM Central, Wednesday, 29 Aug 2012 via e-mail. Due to issues with the DITCO Contracting Opportunities Web Site, all proposals shall be submitted by electronic mail (e-mail) to steven.p.scharlow.civ@mail.mil. Note that e-mail file size must be less than 10 Megabytes. Offerors may send separate e-mails or compress proposals into a zip file if required to meet the size limit. 8 Jun 12: REQUEST FOR PROPOSAL (INITIAL) Defense Information Technology Contracting Organization (DITCO) is seeking pricing to procure a complete 2N chilled water system for the UPS load for DISA SMC Oklahoma City on Tinker AFB. Objectives: Provide additional chilled water to increase the cooling capacity for the electrical upgrade and provide a separate chiller plant for the building load that is not connected to the UPS. The tasks are described in the Statement of Work (SOW) portion of the attached SF33 Solicitation document. Period of Performance: Date of award through 360 calendar days. This is a competitive award as a set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code for this acquisition is 333415. To receive an award, contractor must be registered in the Central Contractor Registration database (www.ccr.gov). Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government in accordance with the criteria in the RFP. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. CLIN type is Firm Fixed Price (FFP). Pricing should be based on fully burdened labor rates to perform this work. The Government reserves the right to award without discussions. Therefore, the offeror's initial proposal shall contain the offeror's best terms based on past performance, technical/management approach, and cost. SUBMISSION INSTRUCTIONS For submission instruction see "INSTRUCTIONS TO OFFERORS" and "EVALUATION FOR AWARD" in attached SF33 Solicitation HC1028-12-R-0065 document. Note, per the "INSTRUCTIONS TO OFFERORS" prior to submitting proposals, the offerors are required to be register in the Central Contractor Registration (CCR) Database (http://www.ccr.gov). The offeror must also be registered on the DITCO Contracting Opportunities web site, https://www.ditco.disa.mil/dcop. The Base Quote shall include the instillation of three (3) 350 ton air cooled chillers and a new chilled water line on the exterior of the building to provide 900 tons of Chilled Water to the UPS load. Option 1 shall be to replace the existing 6" chilled water distribution line (Piping) for the UPS load with a line large enough to provide cooling for 900 tons of load. Option 2 will be to replace the 29 existing CRAC units with new larger high efficiency CRAC units. The entire project will be quoted. The final proposal shall be broke down as follows: Base Quote: (3) 350 Ton Air Cooled Chillers (Includes CLINs 0001, 0002, and 0003) Option 1: Piping (CLIN 0004) Option 2: CRAC Units (CLIN 0005) The Government requires a proposal for the Base Quote, Option 1, and Option 2; but depending on the associated costs may decide to only go with the Base Quote and Option 1 due to financial constraints. The entire project will be quoted. Adding the cooling is the first priority, the piping and CRAC units are secondary. SITE VISIT: Site Visit will be conducted on Friday, 15 Jun 2012 at 9:00AM. "HOT!" Attendance of Site Visit is highly encouraged and expected prior to submission of a proposal for this project. Please contact Mr. Steven Scharlow by e-mail at steven.p.scharlow.civ@mail.mil to receive "SITE VISIT Instructions" and to sign-up for Site Visit ASAP! Note that a Visit Authorization Request (VAR) Letter is required for all individuals attending the Site Visit. A completed VAR Letter must be received no later than 9:00AM CST, 13 June 2012. Site Visit Date: 15 Jun 2012 Time: 9:00AM (allow 20-30 additional minutes for obtaining visitor pass) Location: (Tinker AFB) DISA SMC Oklahoma City Oklahoma City, OK 73145 VENDOR QUESTIONS: After the Site Visit, All vendor questions concerning this requirement must be submitted electronically no later than 5:00 PM, Wednesday, 27 June 2012. Please address questions to Steven Scharlow (steven.p.scharlow.civ@mail.mil) and Melissa Benhoff (melissa.j.benhoff.civ@mail.mil). PROPOSAL DUE DATE: Proposals are due by 5:00 PM, Tuesday, 17 July 2012. The Government reserves the right to award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. If you are not able to provide a proposal at this time, a NO BID RESPONSE, is required. Thank you, in advance, for your participation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-12-R-0065/listing.html)
- Place of Performance
- Address: DISA SMC Oklahoma City, Oklahoma City, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN02843253-W 20120818/120817001019-3569fa5f39e167006d5e38d6bd3fa224 (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 |