Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
MODIFICATION

Y -- NSWCPD Bldg 1000 � Substations Ventilation and DDC Monitoring

Notice Date
1/29/2025 4:35:10 PM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-25-R-4009
 
Response Due
2/28/2025 1:00:00 PM
 
Archive Date
03/15/2025
 
Point of Contact
Rishi Mathur, Phone: 215-600-9078, David Rhoads, Phone: 215-880-8424
 
E-Mail Address
rishi.m.mathur.civ@us.navy.mil, david.a.rhoads8.civ@us.navy.mil
(rishi.m.mathur.civ@us.navy.mil, david.a.rhoads8.civ@us.navy.mil)
 
Description
The Naval Surface Warfare Center, Philadelphia Division is initiating a Full and Open Request for Proposal (RFP) for the removal and replacement of substation, ventilation and DOC monitoring BLDG 1000 located in the Philadelphia Naval Business Center (PNBC), Philadelphia, PA 19112. The scope of work includes the installation of remote power meters at fourteen (14) electrical substations in Building 1000; and the integration of these power meters through BACnet/lP Ethernet to a Direct Digital Controls (DOC) Building Automation System. The scope of work also includes connecting one electric heater, one damper, and one exhaust far to this existing DOC system. Contract Completion Date (CCD) is 290 Days after Award. FAR Clause 52.228-1 Bid Guarantee will be included. Performance and Payment bonding is a requirement for this procurement and Liquidated Damages are applicable. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-2. The source selection process will be based on a Lowest Price, Technically Acceptable (LPTA) evaluation. Narratives must clearly demonstrate acceptability in enough detail for the Government to understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerers are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received. Therefore, each proposal should contain the offerer's best terms. The Government reserves the right to hold discussions at its discretion. The official media of distribution for this RFP is at SAM.gov. Contractors may download the solicitation (including any attachments) and any amendments via the SAM.gov website on or after the issue date. It is the offerer's responsibility to monitor the SAM.gov website for any amendments. A site visit will be held and is strongly encouraged. Date/time is available in the solicitation. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Firms are required by legislation to submit an annual VETS-4212 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: https://www.doI.gov/agencies/vets/progra ms/vets4212#howtofile
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eba3a268c999465f9fe694bc6330d3d3/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07326060-F 20250131/250129230104 (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.