SOLICITATION NOTICE
Z -- Heating, Ventilation, and Air Conditioning Construction
- Notice Date
- 3/6/2018
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB134118RP0004
- Archive Date
- 4/6/2018
- Point of Contact
- Dennis R. Bailey, Phone: 3019756219
- E-Mail Address
-
dennis.bailey@nist.gov
(dennis.bailey@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Background: The National Institute of Standards and Technology (NIST) Office of Facilities and Property Management (OFPM) maintains and constructs its own real property. Heating, ventilating, and air conditioning (HVAC) equipment provides tempered air to laboratory and administrative spaces. NIST needs to replace aging air handlers, roof top units, humidifier bars, valves, and pneumatic controls with direct digital control systems. The scope of the effort includes Buildings 202, 301, 215, 217, 218, and 219 at the NIST, Gaithersburg, MD campus. General Requirements: 1. Replacement of new air handlers and roof top units; 2. Replacement of steam, chilled water, and similar control valves; 3. Ancillary construction to facilitate the removal of masonry, roofing, and electrical material to facilitate HVAC construction; 4. Replacement of humidifier bars; 5. Replacement of existing pneumatic controls with direct digital control (DDC) systems; and 6. Steam fitting and welding construction. Specifications and Drawings: NIST will include all applicable drawings and specifications with the official solicitation release. Specific Requirements and Anticipated Line Item Structure: CLIN 0001 (Base): Remove and replace Building 202 air handler units #6, #7, #8, #9, and #10. CLIN 0002 (Optional): Remove and replace Building 202 air handler units #1, #2, #3, #4, #5, #11, and #12. CLIN 0003 (Optional): Remove and replace the Building 301 air conditioning units. CLIN 0004 (Optional): Remove existing, and provide new humidifier bars in Building 215. CLIN 0005 (Optional): Remove existing, and provide new humidifier bars in Building 217. CLIN 0006 (Optional): Remove existing, and provide new humidifier bars in Building 218. CLIN 0007 (Optional): Remove existing, and provide new humidifier bars in Building 219. This procurement will include an emergency services requirement that the awardee commence performance of in-scope emergency services within 24 hours of notification by the Government. The anticipated Deliverable Schedule is as follows: 1 Completed Contractor Badge Application (NAIS) - Green (for every onsite contract employee except delivery drivers) Hard copies or faxed. Within 14 days of contract award. 2 Contractor activity hazard analysis (job specific health and safety plan) for each contract line item (CLIN) Electronic PDF submission Within 14 days of CLIN award. 3 Initial and updated Bi-Weekly Construction Schedule Electronic PDF submission Every two weeks and upon award of any option CLINs. 4 Schedule of Contract Values Electronic PDF submission Within 21 days of NTP (Base CLIN); 21 days from exercise (Option CLINs). 5 Contract material submittals (see specifications attachment(s)) Electronic PDF submission Within 21 days of NTP (Base CLIN); 21 days from exercise (Option CLINs). 6 All remaining contract submittals (except commissioning and test related) Electronic PDF submission Within 28 days of NTP (Base CLIN); 28 days from exercise (Option CLINs). 7 Pre-test, commissioning, and test contract submittals Electronic PDF submission period as noted in the contract specifications. 8 Warranty Master Schedule upon COR acceptance for each piece of equipment Electronic PDF submission Within 21 days of each piece of equipment acceptance. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI): NIST will furnish applicable hazardous material information to the contractor as well as all applicable specifications and drawings. No GFP, GFM or GFE is anticipated. Security: All contract employees shall obtain badging for this contract. The badge type is a (Green) Site Card/ Personal Identification (PIV) Card. Contractor shall allow for up to 90 minutes to collect a badge (M-F 9AM to 12:00 PM). NIST will not provide escort services to the contractor during the performance of this contract. Travel: Travel is not anticipated to be authorized within the resultant contract. Period of Performance: The period of performance shall not exceed 480 days from issuance of the Notice to Proceed (NTP), in accordance with the following schedule: CLIN 0001 (Base): 270 days from NTP. CLIN 0002 (Option 1): CLIN 0002 will be exercised, if at all, no later than 60 days from the commencement of the period of performance for CLIN 0001. If CLIN 0002 is exercised, this contract will be extended by 270 days, resulting in an extended contract period of performance of not greater than 480 days. CLIN 0003 (Option 2): CLIN 0003 will be exercised, if at all, no later than 60 days from the commencement of the period of performance of CLIN 0001. If exercised, CLIN 0003 will have a period of performance ending 480 days from the CLIN 0001 NTP issuance. CLIN 0004 (Option 3): CLIN 0004 will be exercised, if at all, no later than 60 days from the commencement of the period of performance of CLIN 0001. If exercised, CLIN 0004 will have a period of performance ending 480 days from the CLIN 0001 NTP issuance. CLIN 0005 (Option 4): CLIN 0005 will be exercised, if at all, no later than 60 days from the commencement of the period of performance of CLIN 0001. If exercised, CLIN 0005 will have a period of performance ending 480 days from the CLIN 0001 NTP issuance. CLIN 0006 (Option 5): CLIN 0006 will be exercised, if at all, no later than 60 days from the commencement of the period of performance of CLIN 0001. If exercised, CLIN 0006 will have a period of performance ending 480 days from the CLIN 0001 NTP issuance. CLIN 0007 (Option 6): CLIN 0007 will be exercised, if at all, no later than 60 days from the commencement of the period of performance of CLIN 0001. If exercised, CLIN 0007 will have a period of performance ending 480 days from the CLIN 0001 NTP issuance. Qualification Requirement: It is anticipated that the solicitation will require certain qualifications. Such qualifications will include evidence of payment and performance bonding capacity, experience modification rating (EMR), and particular levels of experience. Other evaluation factors are anticipated to include Past Performance, Technical Approach, and Price. Full details of these and other submission criteria and evaluation criteria will be set forth in the solicitation. Procurement Method/Procedures: It is anticipated that the eventual solicitation for this FAR Part 36 construction effort will be issued through this Government Point of Entry using FAR Part 15, Negotiated Procurement procedures. The Magnitude of Construction, inclusive of options is estimated to be more than $10,000,000. It is anticipated that a single award, standalone contract will be awarded by the end of Government fiscal year 2018 with performance anticipated to commence within 2-3 months of award. It is anticipated that the solicitation will include the FAR clause at 52.225-11, Buy American-Construction Materials under Trade Agreements and 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods-Buy American Statute-Construction Materials under Trade Agreements and, as such, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Upon the Government's release of a formal solicitation, all responsible sources may submit a proposal which shall be considered by NIST. This synopsis is a presolicitation notice only. It does not obligate the Government to release a solicitation or to award a contract. The solicitation will only be available on www.fbo.gov. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation upon its release in order to be considered for award of any resultant contract. There is no written solicitation document available at this time. Telephone requests for the solicitation will not be honored, and a bidder's list will not be maintained. Potential offerors are requested to direct all questions via email to dennis.bailey@nist.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134118RP0004/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN04844022-W 20180308/180306231017-9076faeadad2bd6d6ef25f7245d6e1a5 (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 |