Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2020 SAM #6792
SOLICITATION NOTICE

N -- Modernize Electrical and HVAC Redundancy

Notice Date
7/2/2020 5:46:54 AM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
 
ZIP Code
88103-5321
 
Solicitation Number
1081400-2
 
Response Due
7/16/2020 1:00:00 PM
 
Archive Date
07/31/2020
 
Point of Contact
Alexandra Counts, Phone: 5757841359, Kathryn Ryan
 
E-Mail Address
Alexandra.Counts@us.af.mil, kathryn.ryan.1@us.af.mil
(Alexandra.Counts@us.af.mil, kathryn.ryan.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The 27th Special Operations Contracting Squadron (27 SOCONS) hereby announces its intent to issue a solicitation entitled, ""FA4855-20-R-0012, Modernize Electrical and HVAC Redundancy at Cannon Air Force Base (CAFB), New Mexico (NM)"" as described within this announcement. This project is a firm-fixed-price solicitation, utilizing Lowest Price Technically Acceptable (LTPA) source selection procedures prescribed at FAR Subpart 15.1. The Government intends to issue a formal solicitation via a Request for Proposal (RFP) requesting proposals, which will follow this announcement and will take place no sooner than 15 calendar days from the publication of this announcement. Project Description: The project calls for the establishment of a redundant electrical power system; replacing two, 200 ton primary Heating, Ventilation and Air Conditioning (HVAC) water-cooled chillers with air-cooled chillers; and installing dedicated HVAC for Ground Control Station (GCS) bays. The project consists of establishing dual electrical systems within a single facility, which will support GCS servers and bays. The electrical set up shall be established to permit independent operations on either side of the bay. The electrical work also includes upgrading power to the facility via the transformer. Lastly, the project shall create a fully redundant HVAC system for the GCS bays, and replace the two primary chillers with equivalent water cooled chillers. All work shall be done on CAFB in accordance with (IAW) the Statement of Work, Specifications and Drawings.� The estimated Period of Performance (PoP) is 570 calendar days. Project magnitude is between $5,000,000 and $10,000,000. This is a Total Small Business Set-Aside IAW FAR 19.502-2. All responsible offerors who are certified small business participants IAW FAR 19.000(a)(3) are encouraged to participate in the request for proposal. This will be a LPTA Source Selection Process. The LPTA source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer has elected to consider past performance as an evaluation factor, which shall be evaluated IAW FAR 15.305. However, the comparative assessment in FAR 15.305(a)(2)(i) does not apply. If the Contracting Officer determines that a small business� past performance is not acceptable, the matter shall be referred to the Small Business Administration (SBA) for a Certificate of Competency determination, IAW the procedures in subpart 19.6 and 15 U.S.C. 637(b)(7). Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. Exchanges may occur. � A firm fixed-price contract will be awarded to the responsive and responsible offeror, whom the Government determined had an acceptable proposal, conforms to the solicitation, is fair and reasonable, and proposes the lowest overall price. Vendors must be registered with the System for Award Management (SAM) database to receive a Government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM).� The North American Industry Classification System (NAICS) Code applicable (238210) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.beta.sam.gov. Offerors who cannot meet the bonding capabilities, but are otherwise interested in proposing on this requirement, are encouraged to seek financial assistance via the SBA Surety Bond Guarantee Program. For Federal Contracts, the SBA guarantees bid, payment, performance, and ancillary bonds issued by surety companies-if a guarantee would be in the best interest of the Government. This program supports contracts up to $10 million. SBA reimburses surety companies in case of default 90 percent of less sustained for veteran and service-disabled veteran, minority, 8(a), and HUBZone-certified small businesses; all projects up to $100,000, and 80 percent for all other small businesses. For additional information regarding the SBA Surety Bond Guarantee Program, please contact the SBA New Mexico District Office, Business Opportunity Specialist, Joshua Baca: JOSHUA BACA Business Opportunity Specialist U.S. Small Business Administration New Mexico District Office (505) 248-8236 joshua.baca@sba.gov All other inquiries related to this procurement shall be directed to the Contracting Officer, Kathryn Ryan, at Kathryn.Ryan.1@us.af.mil and the Contract Specialist, SSgt Alexandra Counts, at Alexandra.Counts@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62f9619f6f6b4eb096efe1e1e9b4f8a0/view)
 
Place of Performance
Address: Clovis, NM 88101, USA
Zip Code: 88101
Country: USA
 
Record
SN05710822-F 20200704/200702230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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