HVAC Repair (№11163364)

21 nov

Number: 11163364

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


21-11-2018

Description


HVAC RepairSolicitation Number: FA3016-18-B-0008
Agency: Department of the Air Force
Office: Air Education and Training Command
Location: 502d Contracting Squadron

Solicitation Number: FA3016-18-B-0008

Notice Type: Award

Contract Award Date: September 18, 2018

Contract Award Number: FA301618C0036

Contract Award Dollar Amount: $997012.71

Contractor Awarded Name: Asher Contractors, LLC

Contractor Awarded DUNS: 060211477

Contractor Awarded Address: 4157 Jung Rd.
San Antonio, Texas 78247
United States

Synopsis: Added: Aug 08, 2018 5:33 pm

This RESTRICTED ACQUISITION is set aside - Woman Owned Small Business Competitive, prior to the closing date of the solicitation. The NAICS code is 238220 and the Size Standard is $15M.

In accordance with FAR 4.1102 and DFARS 252.204-7004, alternate A, System for Award Management (SAM), contractor must be registered in SAM prior to award. Offerors may obtain information on registration at https://www.sam.gov.

SOLICITATION NUMBER: FA3016-18-B-0008
DESCRIPTION: JBSA-Medina Project Number MPYJ170117

This is a one-time Design-Build Construction Requirement for the replacement of the entirety of the HVAC systems at JBSA-Lackland with equipment capable of providing close control of temperature and humidity. Replacement HVAC systems shall be designed to include chillers, boilers, air handler, air condenser unit and all associated components. The 502d Contracting Squadron, Joint Base San Antonio Texas intends to award a contract with a 360 day period of performance. The estimated magnitude of the entire contract is between $500000 and $1000000.

SITE VISIT: Scheduled for Monday, 13 August at 0900. Meeting at Building 431 at Medina (Near the Range). Details for Site Visit are in Attached Solicitation.

1. This requirement will be procured using FAR 36 and 14, Construction Contracts and Sealed Bidding.


1.1. The official points of contact (POCs) for this solicitation are:


Contract Specialist: 2d Lt Jonathan L Karnes; [email protected]
Contracting Officer: Andrew S. Sorensen; [email protected]


1.2. Discrepancies and Ambiguities: If an offeror believes the requirements in these instructions contain an error, omission, ambiguities, or are otherwise unsound, the offeror shall immediately notify the CO in writing with supporting rationale no later than 10 calendar days after the IFB release.


1.3. Submission of Offers: Submit all bids to both POCs identified at paragraph 1.1 by Friday 07 September 2018 at 09:00 AM CT.


1.4. IAW FAR 14.202-8 Electronic Bids, for this acquisition the use of electronic bids will be utilized. Offerors shall submit bids electronically. Electronic copies shall be searchable documents compatible with Adobe Reader 9 and/or Microsoft 2010.


1.5. Electronic bid shall be submitted via AMRDEC website ( https://safe.amrdec.army.mil/safe/) to both POCs identified at paragraph 1.1, and should be identified in the subject line as "FA301618R0075 Response to IFB". All bids will be placed in a secure electronic folder. No personnel besides the Contracting Officer and Contract Specialist will see bids prior to bid opening.


1.6. All questions regarding this solicitation shall be sent to the official POCs identified at paragraph 1.1. All questions shall be submitted no later than 3 business days after site visit. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government.


2. Period for Acceptance of bid: The offeror agrees to hold its prices firm for 120 calendar days from the date specified for bid opening. The offeror must follow the instructions contained herein.


2.1. Offeror is required to meet all solicitation requirements, including terms and conditions, and representations and certifications (https://www.sam.gov). Failure to meet a requirement may result in an offer being ineligible for award.


2.2. Post-Award/Pre-Performance Conference: A post-award/pre-performance conference will be scheduled by the Contracting Officer (CO) and held prior to the commencement of any work at that installation under the awarded contract. The offeror or their duly authorized representative is required to attend the post-award/pre-performance conference.


2.3. Contract Document: Sections K, L and M apply to the solicitation phase only; therefore, they will not be a physical part of the resulting award.


2.4. Bid opening will be conducted at 2:00 PM CST on Friday 07 September 2018 at the 502 CONS Legacy Conference Room, located at 1655 Selfridge Ave., JBSA Lackland, TX 78236. Bidders will be asked to sign in at the front desk to be escorted by Contracting to the bid opening location.


2.5 All entrance to the base will be coordinated with the Contract Specialist to facilitate entrance to facility. Individuals requiring access to the base shall provide a pass request to the Contract Specialist (see paragraph 1.1) via email through AMRDEC and provide the following information three days prior to bid opening:

a) Name(s) of the individuals who will be in attendance
b) D.O.B.
c) Identification Number/State Issued (State or Federal issued Identification such as Driver"s License, State Identification, or U.S. Passport)
d) Vehicle Information (License plate state and number)


This information will be used to obtain base access passes and safeguarded IAW procedures outlined in the Privacy Act of 1974 and DoD 5400.11R.


The request shall be submitted through AMRDEC website at (https://safe.amrdec.army.mil/safe/) in order to protect personal information. Please allow at least one-hour to process base access pass at the visitor center. All individuals requesting base access are required to provide self-identification to Security Forces for access. Individuals requesting base access less than three-days prior to bid opening may not be processed timely for bid opening.


3. Bid preparation: The response shall consist of two (2) separate volumes; Volume I - Pricing (Contractor Detailed Cost Breakdown); Volume II -Contract Documentation (Filled SF 1442). Price alone will be evaluated and no tradeoffs will be conducted.


3.1. Volume I - Pricing (Contractor Detailed Cost Breakdown): The offeror shall submit a detailed cost breakdown (Attachment #5) displaying the essential elements of work with pricing. The Contractor Detailed Cost Breakdown shall include the following at a minimum:
a) Design Costs: Direct, indirect, other direct costs (subcontractors...), G&A, and any fees (rates).
b) Construction Costs: Direct Labor (to include labor burden amount and associated rates), material, other direct costs (equipment, subcontractors, etc.), overhead (amount and associated rates), profit (amount and associated rates), and bonding (amount and associated rates).


3.2. Volume II - Contract Documentation (Filled SF 1442): The offeror shall submit the SF 1442 with all required fill ins:
a) Section A: SF 1442 with completed blocks 14, 15, 16 (if different than block 14), 17, 20a, 20b, and 20c. An authorized official of the firm must sign SF 1442 block 20b.
b) If amendments are issued, offerors must acknowledge receipt of all amendments issued to this solicitation in box 19.
c) Section B: Complete pricing information for CLINs 0001 - 0005.
d) Section I: Complete appropriate certifications.
e) Section K: Complete all appropriate and applicable Representations and Certifications. Only electronic copies will be accepted.
f) Bid Guarantee: A copy of the bid guarantee should be included in the electronic bid. An original sealed copy should be mailed out and addressed to the official POCs and received No Later Than the time set for bid opening.


3.3. Under no circumstances shall this information and documentation be included elsewhere in the bid. Information beyond that required by this instruction shall not be submitted, unless the offeror considers it essential to document or support a price position.


3.4. Provide the name, title, and telephone number of the company/division point of contact regarding decisions made with respect to the Offeror"s bid and who can obligate the company contractually.


NOTES:


1. The solicitation with the official specifications and drawings will be available on the World Wide Web on or about 01 August 2018, at http://www.fbo.gov. The tentative date for receipt of proposals is 31 August 2018.


2. Hard copies of the solicitation will not be provided. You may, however, download and print the file from the web site www.fbo.gov.


3. There is no fee for this solicitation.


4. A registration page will be attached to the web site. You are not required to register. However, when you register, you will receive notice of any amendments and/or addenda that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the web site for any changes to the solicitation.


5. You shall provide a signed copy of the SF 1442 and acknowledge and/or sign all amendments at the time and place specified in the solicitation for receipt of proposals. There will not be a public opening. Sealed envelopes containing proposals shall be marked to show the offeror"s name and address, the solicitation number, and the date and time proposals are due.


6. Contractors shall be capable of securing bonding for the total proposed amount.


7. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors.


8. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this project which represent programmed/validated requirements. No award will be made under this solicitation until funds are made available. The Government reserves the right to cancel this solicitation, either before or after the closing date and there shall be no legal liability on the part of the Government to include liability for contractor"s proposal costs."


The current status is Solicitation and it is a Category Z - Maintenance, repair, and alteration of real property program.



Please consult the list of

document viewers if you cannot open a file. Package #1 Posted Date: August 8, 2018



Attachment_1_Specs-In-Tact_SOW__MPYJ170117.pdf (2734.34 Kb) Description: Specs in Tact Statement of Work

Attachment_3_AF_Form_66_-_B431_Schedule_of_Material_Submittals_copy.xlsx (48.29 Kb) Description: Schedule of Material Submittals

Attachment_4_Contractor_Detailed_Cost_Breakdown_-_AF_Form_3052_-_MPYJ_170117.pdf (269.84 Kb) Description: Detailed Cost Breakdown

Attachment_5_Wage_Determination_TX180280_6_July_2018.pdf (93.53 Kb) Description: Wage Determination

Attachment_6_DD_FORM_1354_B431.pdf (104.41 Kb) Description: Transfer and Acceptance of DoD Real Property (DD Form 1354)

Attachment_7_Unescorted_Access_Request.pdf (1601.56 Kb) Description: Fill this out and return via AMRDEC to Contract Specialist in order to attend Site Visit on Monday, 13 August 2018, and the Bid Opening on 7 September 2018.

FA3016-18-B-0008.pdf (267.43 Kb) Description: Invitation for Bid Solicitation for HVAC Repair of Building 431

Mechanical As-Builts Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Mechanical As-Builts

Posted Date: August 20, 2018



B431_Mechancial_As-Builts.pdf (1989.07 Kb) Description: Attached are the Mechanical As-Builts for Building 431.

Responses to Questions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Responses to Questions

Posted Date: August 20, 2018



Q&A_Edited.docx (16.78 Kb) Description: Attached are the responses to questions that were submitted following review of the solicitation and the site visit.



Contracting Office Address: 1655 Selfridge Avenue
JBSA Lackland, Texas 78236-5253
United States


Place of Performance: Joint Base San Antonio - Medina
Building 431, Gunsmith
San Antonio, TX
San Antonio, Texas 78236
United States


Primary Point of Contact.: Jonathan Karnes, Contract Specialist

[email protected] Phone: 2106710041

Secondary Point of Contact: Andrew Sorensen, Contracting Officer

[email protected] Phone: 2106710683