Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
MODIFICATION

Z -- HVAC Replacements in El Paso, Fort Hancock and Marfa, TX - Solicitation 1

Notice Date
7/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07-P-16-HT-C-7012
 
Response Due
8/31/2016 2:00:00 PM
 
Point of Contact
Shawna M. Villarreal, Phone: 8178505541
 
E-Mail Address
shawna.villarreal@gsa.gov
(shawna.villarreal@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Proposal Attendee Registration Form Attachment A - Experience on Similar Projects PBS Past Performance Questionnaire GS-07-P-16-HT-C-7012 Project Description The General Services Administration requires the removal of existing and installation of new air handler units, roof top units, and evaporative chillers at Border Patrol Stations in El Paso (Paso Del Norte & Ysleta), Texas. This procurement includes an option to install mini-split systems and roof top units in Marfa, Texas. The work is to be completed within 120 calendar days of the issuance of the Notice to Proceed. The work will consist of, but is not limited to, the following: TX0943 - Primary Inspection Booths #1 - #12 (1000 S. El Paso St El Paso, TX) 1. Remove existing Evaporative Coolers, twelve (12) each and dispose of properly. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Remove existing ductwork fromProject Description The General Services Administration requires the removal of existing and installation of new air handler units, roof top units, and evaporative chillers at Border Patrol Stations in El Paso (Paso Del Norte & Ysleta), Texas. This procurement includes an option to install mini-split systems and roof top units in Marfa, Texas. The work is to be completed within 120 calendar days of the issuance of the Notice to Proceed. The work will consist of, but is not limited to, the following: TX0943 - Primary Inspection Booths #1 - #12 (1000 S. El Paso St El Paso, TX) 1. Remove existing Evaporative Coolers, twelve (12) each and dispose of properly. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Remove existing ductwork from evaporative coolers to primary booths, to include hot water coils, supply air duct and air curtain. All duct work above canopy shall be capped. 3. Furnish and install twelve (12) each 2 Ton package rooftop unit with integrated hot water coils. (Equal to or better than Aaon Model number R Q-0 02- 8 -V- CA01-E JJ: 00 0 0-00 0-P KB- 0A0 -00 0F0 00-0 0-0 000 000 0B 208-3 phase 27.43 MBH Cooling 15.2 SEER 45.2 MBH Heating. Minimum SEER 15.2). 4. Furnish and install new 36" x 2.5" inch slot diffuser, connected to supply air duct and install manual damper. Install this air curtain slot diffuser above door outside booth. TX0948 - Building D, Border Patrol Building (1000 S. El Paso St El Paso, TX) 1. Remove existing roof top units, five (5) each, and dispose of properly, three (3) 10 ton units, one (1) 5 ton and one (1) 3 ton unit. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Air handlers, three (3) each located in mechanical room to be removed and disposed of properly. Heating ductwork in mechanical room to be capped off, hot water lines leading to hot water coils inside air handlers to be removed and capped off. 3. Install new rooftop units, provide new condenser coil guards (Hail Guards) and epoxy coating on cooling/condenser coils for corrosion protection. Units shall include low ambient kit, and barometric relief damper mounted in return duct. New rooftop units shall include an economizer cycle. 4. Install three (3) each 10 ton package units; units shall meet the highest SEER rating with a minimum rating of 12.4 EER. Equal to or better than Trane Model #T/YHC120F3. Install one (1) 3 ton package unit, equal to or better than 20 SEER rating. Equal to or better than Trane Model # T/YZC036E3. Install one (1) 5 ton package unit, equal to or better than 19.5 SEER rating. Equal to or better than Trane Model # T/YZC060E3. TX0972 - Ysleta Building A (797 S. Zaragoza Rd El Paso, TX) 1. Remove existing rooftop units five (5) each, and dispose of properly, two (2) 5 ton units, one (1) 8 ½ ton unit, one (1) 12 ½ Ton unit and one (1) 20 Ton Unit. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Furnish and install the following: a. Two (2) 5 ton package units, equal to or better than 19.5 SEER rating. Equal to or better than Trane Model # T/YZC060E3 b. One (1) 8 ½ ton package unit, equal to or better than 13.8 SEER rating. Equal to or better than Trane Model # T/YSC102F3 c. One (1) 12 ½ ton package unit, equal to or better than 13.4 SEER rating. Equal to or better than Trane Model # T/YZ150F3 d. One (1) 20 ton package unit, equal to or better than 12.2 SEER Rating. Equal to or better than Trane Model # TS240F3 e. One (1) each 3 Ton mini-splits rated at a minimum of 20 SEER. Equal to or better than Trane Model number for indoor unit #4MUC4536A10NOA. Trane Model Number for Outdoor unit #4TUK4534A10NOA TX0973 - Ysleta Building B (797 S. Zaragoza Rd El Paso, TX) 1. Remove existing rooftop unit one (1) each and dispose of properly, One (1) 17 ½ ton unit. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Install one (1) 17 ½ ton package unit, equal to or better than 13.1 SEER Rating. Equal to or better than Trane Model # TZ210F3. TX0964 - Ysleta Building D (797 S. Zaragoza Rd El Paso, TX) 1. Remove existing rooftop units two (2) each and dispose of properly, one (1) 12 ½ ton unit and one (1) 25 Ton unit. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Furnish and install the following: a. One (1) 12 ½ ton Package unit, equal to or better than 13.4 SEER Rating. Equal to or better than Trane Model # T/YZ150F3 b. One (1) 25 ton package unit, equal to or better than 11.7 SEER Rating. Equal to or better than Trane Model # TS300F3 TX0979 - Ysleta Truck Primary Booths #1- #9 (797 S. Zaragoza Rd El Paso, TX) 1. Remove existing evaporative coolers eleven (11) each. Remove eleven (11) each window units located inside primary booths. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Furnish and install eleven (11) each 2 Ton mini-splits rated at a minimum of 20 SEER. Equal to better than Trane Model number for indoor unit #4MUC4524A10NOA. Trane Model Number for Outdoor unit #4TUK4524A10NOA. TX0705FH - Fort Hancock L.P.O.E. Building A 1. Remove three (3) existing rooftop units and dispose of properly, one (1) RTU-#3 1 ½ ton unit and two (2) 4 ton units. Remove one existing mini split system AC-#1. 2. Contractor shall furnish and install the following: a. Two (2) each 4 ton package units with 18 KW electric heat, equal to or better TZC048F3 19 SEER minimum b. One (1) each 1½ ton package unit with 5 KW electric heat. Equal to or better than 13 SEER rating. Equal to or better than Trane Model #4WCC3018A1000A c. One (1) 1 Ton mini split Heat pump/Wall cartridge. Equal to or better than 20 SEER rating. Equal to or better than Trane Indoor Model # 4MXW8512A1 and Trane Outdoor Model #4TXK8512A1 TX0706FH - Fort Hancock Primary Booths (#1 and #2) 1. Remove existing two (2) Evaporative Coolers each with piggy back heaters and dispose of properly. 2. Contractor shall furnish and install two (2) each 3 Ton Package Units with 10 KW electric heat. Units shall be rated at a minimum 20 SEER. Equal to better than Trane Model TZC036E3. TX0521MF - OPTION Building A, Administration Building (300 E. Madrid Marfa, TX) 1. Remove existing Rooftop Units, six (6) each and disposed of properly. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Furnish and install five (5) each 5 Ton package rooftop units equal to or better than 19.5 SEER rating. (Equal to or better than Trane Model #YZC060E3). TX0521MF - OPTION Building A, New Work/New Equipment for Command Center, Office #109, #109A, #110A, #107 and #117 1. Furnish and install the following: a. Two (2) each 3 Ton mini-split (Heat Pump) rated at a minimum of 16 SEER. Equal to or better than Trane Model number for indoor unit # 4MXW8536A1. Trane Model Number for Outdoor unit # 4TXK8536A. Unit shall have 5 KW electric heat added. b. One (1) each 1 ton mini-split (Heat Pump) rated at a minimum of 25 SEER. Equal to or better than Trane Model Number for indoor unit #4MXW2712A10N. Trane Model Number for Outdoor unit #4TXK2712A10N. Unit shall have 5 KW electric heat added. c. One (1) each 3 Ton mini-split (Heat Pump) rated at a minimum of 20.50 SEER. Equal to or better than Trane Model number for indoor unit # 4MUC4536A10N0A. Trane Model Number for Outdoor unit #4TUK4536A10N0A. Unit shall have 5 KW electric heat. d. One (1) each 2 Ton mini-splits (Heat Pump) rated at a minimum of 20.50 SEER. Equal to or better than Trane Model number for indoor unit #4MUC4524A10N0A. Trane Model Number #4TUK4524A10N0A for Outdoor unit. Unit shall have 5 KW electric heat. TX0522MF - OPTION Building B Repair Garage Building (300 E. Madrid Marfa, TX) 1. Remove existing roof top units, two (2) each, and dispose of properly. Demolition to include, but not limited to: cabinet, flexible duct connectors, plumbing lines connections, and all related electrical accessories. 2. Furnish and install two (2) each 5 ton package unit, equal to or better than 19.5 SEER rating. Equal to or better than Trane Model # YZC060E3. TX0522MF - OPTION Building B Repair Garage Building, New Work Office #102 and #101 1. Furnish and install the following: a. One (1) each 1 1/2 Ton mini-split (Heat Pump) rated at a minimum of 20 SEER. Equal to or better than Trane Model number for indoor unit #4MUC4518A10NOA. Trane Model Number for Outdoor unit #4TUK4518A10NOA. Unit shall have 5 KW electric heat. b. One (1) each 1 1/2 Ton mini-split (Heat Pumps) rated at a minimum of 21 SEER. Equal to or better than Trane Model number for indoor unit #4MXW2718A10N. Trane Model Number for Outdoor unit #4TXK2718A10N. Units shall have 5 KW electric heat In accordance with FAR 52.219-6, this procurement will be a TOTAL SMALL BUSINESS SET-ASIDE. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total Small Business concern under the North American Industry Classification System (NAICS) 238220 with the small business size standard of $15M. The procurement will be awarded using FAR Part 15 procedures. The contract type will be Firm-Fixed-Price. The magnitude for this project is between $1,000,000 to $5,000,000. The solicitation will be available for download on or about July 26, 2016. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website located at https://www.fbo.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value from the selection of the technically acceptable proposal with the lowest evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting the acceptability standards for non-price factors. This procurement was previously solicited under GS-07-P-16-HT-C-7003. A pre-proposal conference/site visit will be noted within the solicitation but is tentatively scheduled for the week of August 8, 2016. Contractors are encouraged to attend the pre proposal walk-through and to verify all existing conditions at the job site prior to bidding on project. Failure to do so will not relieve contractor of his/her responsibility to properly estimate the cost of this project. This is the only opportunity contractors will get to visit the site to conduct a walk-through and ask questions. GSA will not have anyone available to accompany contractors or their representatives (sub-contractors) after the scheduled pre-bid walk-through. Offerors MUST be registered within the SAM database in order to receive an award for this procurement. The website for SAM is https://www.sam.gov/portal/public/SAM/. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR)/FedReg, and Online Representation and Certifications Application (ORCA). Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. Offerors are required to use the SAM database for Representation and Certification submissions under this solicitation. All responsible sources may submit a proposal which shall be considered by the agency. Questions may be directed to Shawna Villarreal, Contracting Officer, at shawna.villarreal@gsa.gov. UPDATE: SITE VISIT / PRE-PROPOSAL CONFERENCE The site visits will be held immediately following the Pre-Proposal Conferences on the following dates and times (Also see Section I.G. FAR 52.236-27 of C201 The Solicitation): August 8, 2016 (Marfa & Fort Hancock) 1:00 PM - Building A, Administration Building 4:00 PM - Fort Hancock L.P.O.E. Building A & Primary Booths (#1 and #2) August 9, 2016 (Ysleta & PDN) 8:30 AM -Ysleta Building A 1:00 PM - PDN, Building D, Border Patrol Building Pre-registration is required for all attendees to the pre-proposal site visit. The Site Visit shall be limited to not more than three (3) representatives from each Offeror. Offerors shall submit an Attendee Registration Form identifying all attendees from their respective team. You must provide the Attendee's full name, date of birth, last four digits of their social security number, driver's license number and state of issuance. Participants must have a valid, Government issued picture identification, driver's license preferred, to gain access for the pre-proposal Site Visit. Notification of the location of entry, where attendees are required to meet, and all other requirements for the Site Visit will be issued to the Offerors. Submit the Attendee Registration Form to Shawna Villarreal, shawna.villarreal@gsa.gov, by 2:00 PM CST on August 3, 2016. Contractors are encouraged to attend the pre-proposal walk-through and to verify all existing conditions at the job site prior to proposing on the project. Failure to do so will not relieve contractor of his/her responsibility to properly estimate the cost of this project. This is the only opportunity contractors will get to visit the site to conduct a walk-through and ask questions. GSA will not have anyone available to accompany contractors or their representatives (sub-contractors) after the scheduled pre-proposal walk-through.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07-P-16-HT-C-7012/listing.html)
 
Place of Performance
Address: El Paso & Marfa, Texas, United States
 
Record
SN04201942-W 20160731/160729234829-7633a893510a6639da2615d529827310 (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.