SOLICITATION NOTICE
Z -- LTUY232039 Replace Boiler with Heat Pump, Bldg 290 (DESIGN-BUILD)
- Notice Date
- 7/9/2025 11:12:54 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- W7NJ USPFO ACTIVITY MOANG 131 SAINT LOUIS MO 63125-4117 USA
- ZIP Code
- 63125-4117
- Solicitation Number
- W50S8K25RA003
- Archive Date
- 08/01/2025
- Point of Contact
- MSgt Joe Bernier, Phone: 3145278033, SMSgt Mark Phillips, Phone: 3145278031
- E-Mail Address
-
joseph.bernier.1@us.af.mil, mark.phillips.18@us.af.mil
(joseph.bernier.1@us.af.mil, mark.phillips.18@us.af.mil)
- Description
- The 131st Mission Support Group contracting office intends to issue a Request for Proposal (RFP) using Simplified Acquisition Procedures to award a single firm-fixed price contract for design-build services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervison necessary for the replacement of the boiler system in Building 290 with an air-source heat pump. The primary objective of this project is to replace the existing hot water boiler, heating fan coil units, and window air conditioning units with a centralized energy efficient air source heat pump system. The selected contractor shall design and install the new heating and cooling system for Building 290, Jefferson Barracks Air National Guard Station (ANGS) via a Design-Build contract. The following items will be included in this project: - existing hotwater boiler, pumps, and piping within the boiler room are to removed - seven (7) lighting occupancy sensors for office spaces are to be installed replacing existing manual light switches - replace existing domestic water heater - install Direct Digital Controls (DDC) in order to operate the air source heating and cooling system - any required upgrades to the Building 290 facility's system, for example, electrical system, if required. The contract duration will be 180 calendar days after notice to proceed to include inspections and punch list, which is negotiable. This project is set aside 100% for small businesses. The North American Industry Classification System (NAICS) Code is 238220, with a small business size standard of $19 million. The magnitude of construction is between $100,000 and $250,000. The Government's budget for this project is $150,000. The tentative date for issuing the solicitation is on-or-about 14 August 2025. The solicitation will be posted earlier, if possible, after the mandatory 15 presolicitation notice period has passed. A pre-proposal conference and site visit will be scheduled when the solicitation is issued. Interested contractors are encouraged to attend and shall follow registration and base access requirements shown in the solicitation. Interested contractors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. In accordance with FAR 36.211(b), the following information is provided: (1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. (2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. DISCLAIMER: The official solicitation and attachments will only be posted to SAM.gov and the Government is not liable for information furnished by any other source. If you are accessing this notice via a third-party non-Government website, you may not be seeing all available project information or attachments. Amendments, if/when issued will be posted to SAM.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the contractor�s responsibility to check the website periodically for any amendments to the solicitation. Ensure you are viewing the latest version of the notice (see �History� section at bottom of webpage). Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for a contractor�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1db49ab9aaa545379288b4ec78abef91/view)
- Place of Performance
- Address: Saint Louis, MO 63125, USA
- Zip Code: 63125
- Country: USA
- Zip Code: 63125
- Record
- SN07503181-F 20250711/250709230049 (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 |