Pennsylvania Bids > Bid Detail

NSWCPD BLDG 77H Remove/Replace HP Split-Systems

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159512304187455
Posted Date: May 4, 2023
Due Date: May 22, 2023
Solicitation No: N6449823R4040
Source: https://sam.gov/opp/26894684ef...
Follow
NSWCPD BLDG 77H Remove/Replace HP Split-Systems
Active
Contract Opportunity
Notice ID
N6449823R4040
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC PHILADELPHIA DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 04, 2023 11:55 am EDT
  • Original Response Date: May 22, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Philadelphia , PA 19112
    USA
Description

The Naval Surface Warfare Center, Philadelphia Division intends to initiate a Request for Proposal (RFP) to remove and replace the existing Split Systems HP 7,9,10,11, and 12 in Building 77H located in the Philadelphia Naval Business Center (PNBC), Philadelphia, PA 19112. The new air-handling unit shall consist of installing one 10-ton split system and four 15-ton split systems with a minimum of 5-kilowatts (-KW) of electric heat. The new condenser units shall consist of a multi-stage condenser containing a minimum of two (2) separate independent refrigeration units. Additionally, the contractor shall install new outside-air louvers capable of supplying 100 percent outside air for economizing with associated mixing box and actuated return and outside-air dampers. The contractor shall provide a new controller, run conduit and wire, as required. The contractor shall also install new mixing boxes for HP 7, 8, 9, 10, 11 and 12. Upon completion of the work, the contractor shall deliver a full and complete operating cooling system that is to be fully controlled by the existing Automated Logic Direct Digital Control (DDC) System. Work shall be performed between 0700 to 1600 Monday through Friday unless otherwise specified. No work shall be performed outside of these hours or on Government holidays unless authorized by the NSWCPD TPOC and Contracting Officer in advance.



Period of performance is 90 Days after receipt of Notice to Proceed.



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. The evaluation factors are expected to be: 1) Bonding, 2) Past Performance, and 3) Price.



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. Offerors 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 offeror's best terms. The Government reserves the right to hold discussions at its discretion.



The Solicitation N6449823R4040 is expected to be issued on or about 23 May 2023 with a closing date on or about 22 June 2023. 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 offeror's responsibility to monitor the SAM.gov website for any amendments.



A site visit will be held and is strongly encouraged. Date/time will be 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.dol.gov/agencies/vets/programs/vets4212#howtofile


Attachments/Links
Contact Information
Contracting Office Address
  • 5001 S BROAD STREET
  • PHILADELPHIA , PA 19112-1403
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 04, 2023 11:55 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >