REPLACE BARRACKS HVAC SYSTEMS

expired opportunity(Expired)
From: Federal Government(Federal)
140P5323Q0050

Basic Details

started - 19 Jul, 2023 (9 months ago)

Start Date

19 Jul, 2023 (9 months ago)
due - 15 Aug, 2023 (8 months ago)

Due Date

15 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
140P5323Q0050

Identifier

140P5323Q0050
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64336)NATIONAL PARK SERVICE (17873)SER NORTH MABO (53000) (529)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (6)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.This solicitation is a for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $19M.All interested companies shall provide a quotation for the following:Replace Barracks HVAC SystemsPart 1 (DIVISION 01) GENERAL REQUIREMENTSITEM 1 - DESCRIPTION OF WORK1.1 Background:Camp Nelson National Monument in Jessamine County,
Kentucky, preserves and interprets thehistoric and archeological resources of a US Army supply depot (1863-1866) that became one of thelargest Civil War-era recruitment and training centers for United States Colored Troops and a largeAfrican American refugee camp. The monument is a testament to the courage, resiliency, andperseverance of those seeking freedom from slavery and pursuing self-determination during andafter the Civil War. The HVAC system currently used in the Park's Barracks building is over 20 yearsold and at the end of its life cycle. This project is designed to replace all air handlers, controls, andcompressor units.1.2 Work Covered by the Contract Documents:A. Project Location: 6614 Danville Loop 2 RoadNicholasville, KY 40356B. Work consists of: Contractor to provide at minimum - one 2-ton, 20 SEER heat pump with mated2-ton electric air handling unit and 7-day programable controls, one 3.5-ton, 20 SEER heat pumpwith mated 3.5-ton electric air handling unit and 7-day programable controls, and one 4-ton heatpump with mated 4-ton electric air handling unit and 7-day programable controls that fit within thefootprint of the existing units.a. Remove existing Units, including:i. 3x heat pumpsii. 3x air handlersiii. 3x controlsb. Install new:i. 3x heat pumpsii. 3x air handlersiii. 3x controlsiv. Replace ~ 6' of duct workC. All work will be performed under a single contract.D. Period of performance: 90 days from award of contract4ITEM 2 - EXISTING UTILITIES2.1 Existing Utilities: Notify Contracting Officer and utility companies of proposed locations and times forexcavation.2.2 Contractor shall be responsible for locating and preventing damage to known utilities. If damageoccurs, repair utility at no additional expense to the Government. If damage occurs to an unknown utility,repair utility. An equitable adjustment will be made in accordance with the Changes clause of thecontract.2.3 Water service shall be maintained throughout construction.ITEM 3 - CONTRACTOR'S USE OF PREMISES3.1 Conduct of Operations: At all times the contractor shall always conduct his operations inconformance with the rules and regulations promulgated by the Secretary of the Interior for the NationalPark Service, and applicable park rules and regulations prescribed by the Park Superintendent.A. No signs or advertisements (except those specified herein) shall be displayed on the constructionsite or within the park unless approved by the Contracting Officer.B. Smoking is not permitted within any Federal building or within 25 feet of entrances, operablewindows, or outdoor air intakes.C. Public Use of Site: Contractor shall at all times conduct operations to ensure the leastinconvenience to the public.D. Horseplay, rough housing, loud music, and other inappropriate behavior will not be tolerated.3.2 On-site work hours: Work shall be generally performed during normal business working hours of 7a.m. to 4 p.m., Monday through Friday, except when otherwise indicated.A. Work on Saturdays, Sundays, Federal holidays, early morning, or at night may not be performedwithout prior consent from the Contracting Officer. Submit requests for work outside of the statednormal business hours to the Contracting Officer for approval at least 48 hours in advance of thework.3.3 Contractor Use of Site:A. General: Confine on-site material storage, equipment, vehicle parking, and staging to areasspecifically designated by the Contracting Officer Representative. Contractor shall at all timesconduct his operations to ensure the least inconvenience to the public and employees.B. Driveways and Entrances: Keep driveways, access roads, and entrances serving premises clearand available to Government, Government's employees, visitors, and emergency vehicles at alltimes. Do not use these areas for parking or storage of materials. Schedule deliveries to minimizeuse of driveways and entrances.3.4 Housekeeping:A. Keep project neat, orderly, and in a safe condition at all times. Store and use equipment,tools, and materials in a manner that does not present a hazard. Immediately remove allhazardous rubbish. Do not allow rubbish to accumulate. Provide onsite containers forcollection of rubbish and dispose of it at frequent intervals during progress of work.B. Dispose of waste materials legally off NPS property.3.5 Fire and Life Safety:A. As a minimum, conduct one 15¿minute "toolbox" safety meeting. These meetings shall beconducted by a foreman or supervisor and attended by all construction personnel at theworksite. Topics need to coincide with work scheduled for the following week. Document andsubmit meeting minutes to the Contracting Officer within one day after the meeting.B. Comply with the requirements of NFPA 241 (Standard for Safeguarding Construction,Alteration, and Demolition Operations).C. Store and handle hazardous materials in accordance with manufacturer¿s and OSHA29CFR1926 Subpart D requirements. Maintain readily available, on site, MSDS/Safety DataSheets (SDS) for each chemical.i. Immediately report all spills of hazardous materials to the park.ii. Maintain a spill emergency response kit.iii. Train employees how to respond to a spill and use the emergency response kit.ITEM 4 - COMMENCEMENT, PROSECUTION, AND COMPLETION4.1 The Contractor shall commence work in accordance with the terms and conditions of the contract.ITEM 5 - EXAMINATION OF THE SITE5.1 All bidders are urged to visit the job site and examine existing conditions before submitting bids. Allbidders will be held to have the same knowledge concerning the site and the on ground conditions as ifthey had inspected the job site. No change orders will be approved for work obvious during a site visit.ITEM 6 - ABBREVIATIONS6.1 The list of abbreviations, which may be used in the Construction Specifications or SpecialProvisions, refer to the organizations and specifications of the organizations may be found at the belowhttps://www.nps.gov/orgs/1671/do-business-with-us.htmITEM 7 - ACCIDENT PREVENTION7.1 Description: The work of this section consists of establishing and implementing an effective accidentprevention program and providing a safe environment for all personnel and visitors.A. It is the Contractor's responsibility to require all those working on or visiting the site to wearnecessary personal protective equipment in good repair at all times.7.2 Submittals:A. Accident Prevention Program: At the preconstruction conference submit for approval a site specificaccident prevention program. The Plan shall be written to comply with OSHA andproject requirements (a generic plan is not acceptable) including but not limited to thefollowing:1. Name and qualifications of responsible supervisor to carry out the program2. First aid and rescue procedures. Provide current certification for first aid/CPR ofdesignated individual.3. Planning for possible emergency situations, as explosions, fires, floods, power outages,and windstorms. Such planning shall take into consideration the nature of construction,site conditions, and degree of exposure of persons and property.4. Contractor to identify nearest location of medical facility for emergencies5. Supplemental hazard specific plans may be required IAW 29 CFR 1926 or 1910.7.3 Qualification of Employees:A. Ensure that employees are physically qualified to perform their assigned duties in a safemanner to include operators of vehicles and equipment. Provide operating instructions for allequipment.B. Do not allow employees to work whose ability or alertness is impaired because of drugs,fatigue, illness, intoxication, or other conditions that may expose themselves or others to injury.7.4 Accident Reporting: The Contractor shall report all accidents to the Contracting Officer orContracting Officer Representative as soon as possible and assist the Contracting Officer and otherofficials as required in the investigation of the accident.7.5 First Aid Facilities: Provide adequate facilities for the number of employees and appropriate to thehazards associated with the types of ongoing construction work at the site.7.6 Emergency Instructions: Post telephone numbers and reporting instructions for ambulance, physician,hospital, fire department, and police in conspicuous locations at the work site.7.7 Personal Protective Equipment (PPE): It is the Contractor's responsibility to require all those workingon or visiting the site to wear necessary protective equipment at all times.A. PPE must meet requirements of applicable ANSI standards. Selection shall conform to OSHA29CFR 1926 Subpart E.7.8 Hazardous Materials: It shall be the responsibility of all operators and contractors, functioning withinthe park to properly cleanup, mitigate and remediate, if necessary, all unauthorized discharges ofhazardous materials or non-hazardous chemical and biological products released from fleet and/or othersupport vehicles or stationary sources. Response shall be consistent with guidelines established byfederal, state and local regulations, and as outlined within the operator's Safety or Hazardous MaterialsBusiness Plan.A. If a spill, leak, or other release occurs, the operator shall as soon as possible, withoutimpeding cleanup, notify the COR.ITEM 8 ¿ A post award conference will be held prior to the start of installation.ITEM 9 - SUBMITTALS9.1 General Submittal Procedures:A. General: Prepare and submit submittals required by individual Specification Sections. Types ofsubmittals are indicated in individual specific sections.1. CM-16 Transmittal Form: All submittals shall be transmitted via electronic email usingNational Park Service form CM-16 form. The form will be provided by the ContractingOfficer. No action will be taken on a submittal item unless accompanied by the CM-16transmittal form. The CM16 submittal form shall be submitted to the Contracting Officerand the Contracting Officer Representative.B. Submittal List: A submittal list has been attached to the end of this Specification Section. Theintent is to provide an overall summary of submittal requirements and not a comprehensivelist. The requirements of the individual Specification Sections, terms and conditions of theContract still apply regardless of what is shown on the submittal list.C. Post Award Conference Submittal: The following items shall be submitted a minimum of oneweek prior to the Post Award Conference. If all of these documents have not been receivedone week prior to the scheduled Post Award Conference date, the conference will becancelled, Notice to Proceed will not be issued, and the Contracting Officer will consider othercontractual remedies. Work shall not commence until written Notice to Proceed has beenissued. Contracting Officer will notify Contractor of tentative date for the Post AwardConference:1. Letter designating Project Superintendent.2. Installation Schedule.3. A comprehensive breakdown of the Schedule of Values.4. Accident Prevention Plan (see section 7 of this document).5. A list of Subcontractors for this project.6. Written statements from subcontractors certifying compliance with applicable laborstandard clauses (SF1413).7. Satisfactory evidence of liability insurance coverage and workman¿s compensation for theContractor and all subcontractors.8. Waste Management Plan.9. Quality Control Plan.9.2 Shop Drawings, Product Data, and Samples: Contracting Officer will provide sample cover sheet.A. Product Data: Provide1. Submit Product Data according to Part 9.1 of this section to include one digital file(.PDF or .TIF) to COR..B. For submittals specified above, forward submittals to Contracting Officer and COR.C. After approving submittals, Contracting Officer will return one copy to the Contractor. Ifsubmittals are not approved, Contracting Officer will return all copies to Contractor withreasons for rejection. Resubmit, identifying changes. Any work done before approval shall beat Contractor's own risk.ITEM 10 - PROJECT CLOSEOUT10.1 Description: The work of this section consists of final cleanup, closeout submittals, final inspectionprocedures, and safety precautions.10.2 Cleaning: Remove all tools, equipment, surplus materials, and rubbish. At time of final inspection,project shall be thoroughly clean and ready for use. The contractor shall take all necessary precautions toprevent damage to government property. The contractor shall be responsible for properly repairing anygovernment property damaged during the performance of this contract.10.3 Substantial Completion and Final Inspection: Submit written certification that project is substantiallycomplete, and a final inspection must be requested to the Contracting Officer in writing. The ContractingOfficer or COR will inspect within 3 days of receipt of request or at a mutually agreeable time.Contracting Officer Representative will only approve completed work during normal park operating hoursA. If the work is determined to be substantially complete, following the final inspection, the.Contracting Officer will prepare a Punch List and issue a Letter of Substantial Completion.B. If the work is not determined to be substantially complete following the final inspection, theContracting Officer will notify Contractor in writing. Contractor shall request a new finalinspection after completing the work. Re-inspection costs may be charged against theContractor in accordance with the Inspection of Construction contract clause.C. Contractor shall complete the Punch List within 7 calendar days, documented weatherpermitting.D. If Contracting Officer determines that the work is not substantially complete; they willimmediately notify Contractor in writing, stating reasons. After completing work, Contractor shallresubmit certification and request a new final inspection. Re-inspection costs may be chargedagainst the Contractor in accordance with the Inspection of Construction contract clause.E. If Contractor completes all items of work on the Punch List and all contractually required items,Contracting Officer will issue Letter of final acceptance of work.F. If the Contractor fails to complete the work within the time frame, the Contracting Officer maycorrect the work with an appropriate reduction in contract price or charge for re-inspection costsin accordance with the Inspection of Construction contract clause.G. Disposition of any permits and warranties required by the specifications in this section.10.4 Acceptance of the Work: After all deficiencies have been corrected, a Letter of Acceptance will beissued. A Release of Claims document must be executed and submitted to the Contracting Officer beforefinal payment can occur.10.5 WarrantiesA. One Year Warranty shall be based on date of Substantial Completion.B. Provide All Warranty information of products installed. All contact information, extents andconditions shall be clearly noted as well as date of overall project Substantial Completion.C. Information shall include operation and maintenance manuals for each warranted material.END OF SECTIONPART 2 ¿ EXECUTIONA CONTRACTOR¿S USE OF PREMISES1. Keep job site clear of trash and debris. Dispose of any trash, debris, and other unusablematerial legally at authorized facilities on non-Federal land.2. Contractor shall always conduct their operations to ensure the least inconvenience to thepublic and employees.3. Contractor shall make provisions to allow continued use of the general area outside thespecific construction zone surrounding the building and access to sidewalks.B REMOVE EXISTING CONSTRUCTION1. Per manufacturer¿s specifications, remove current air handlers and heat pumps.2. Existing refrigerant lines shall be flushed and re-used.3. Existing ductwork shall be re-used.C INSPECTION1. Examine all surfaces for inadequate support, foreign material, unevenness, or otherconditions which could prevent the best quality and longevity of the system. Notify theContracting Officer Representative of all deficiencies.2. Do not proceed with the work until all deficiencies have been corrected to the satisfactionof the contracting officer, contracting officer representative, and the system manufacturer.D INSTALLATION AND FIELD QUALITY CONTROL1. The contracting officer representative will provide onsite observation during installation.2. System should be installed per manufacturer¿s specifications.3. System shall fit in existing footprint.4. The contractor shall connect all the new components to the existing electrical powersource. Furthermore, the contractor shall supply, install, and connect all circuitry to variouscomponents following best industry standards, and the National Electric Code.5. The contractor shall perform all required testing of all equipment.6. The contractor shall demonstrate functionality of the system once having been installed.E ADJUST, CLEAN, AND INSPECT1. Carefully inspect all completed work and correct all defects.2. Remove waste from the job site and legally dispose of all debris.3. Remove all tools, equipment, and construction aids.4. Contracting Officer Representative will only approve completed work during day lighthours.END OF SECTIONA Site Visit will be held August 1s, 2023 at 14:00 E.D.T. Location: 6614 Danville Loop 2 Road, Nicholasville, KY 40356. For additional details, please contact Adam Rymer at adam_rymer@nps.gov or 828-507-8457Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price.The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.The following solicitation provisions apply to this acquisition:1. FAR 52.212-1, ¿Instructions to Offerors¿Commercial Items¿2. FAR 52.212-2, ¿Evaluation ¿ Commercial Items¿3. FAR 52.212-3, ¿Offerors Representations and Certifications¿Commercial Items¿Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications¿Commercial Items.¿The following contract clauses apply to this acquisition:FAR 52.212-4, ¿Contract Terms and Conditions¿Commercial Items¿FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders¿The following subparagraphs of FAR 52.212-5 are applicable:52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34.Refer to attachment for additional contract clauses.All quoters shall submit the following: Price quote and past performance form, Relevant Experience form.All quotations, shall be emailed to William_leady@nps.govThis is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."OR"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"Quoter shall list exception(s) and rationale for the exception(s).Quoter shall provide lump sum pricing for base and each option (2). In addition, provide a total for base and options.Submission shall be received not later than August 15,2023 at 1700 E.D.T. All submissions shall be emailed to William_leady@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the William Leady via email at William_leady@nps.gov.Point of ContactWilliam Leady via email at William_leady@nps.gov

Location

Country : USA

You may also like

HAFE 243900 REPLACE HVAC SYSTEM

Due: 31 Mar, 2025 (in 11 months)Agency: NATIONAL PARK SERVICE

HVAC SYSTEM INTEGRATION

Due: 30 Aug, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Upgrade HVAC/Replace AHU's

Due: 11 Jun, 2024 (in 1 month)Agency: Illinois Capital Development Board

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode N059Installation of Equipment: Electrical and Electronic Equipment Components