HVAC Indefinite Quantity Indefinite Delivery Job Order Contract, Marine Corps Air Station Yuma

Agency:
State: Arizona
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159089825514860
Posted Date: Feb 16, 2024
Due Date: Mar 4, 2024
Source: Members Only
HVAC Indefinite Quantity Indefinite Delivery Job Order Contract, Marine Corps Air Station Yuma
Active
Contract Opportunity
Notice ID
N6247324R0010
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 16, 2024 12:34 pm MST
  • Original Published Date: Feb 16, 2024 12:32 pm MST
  • Updated Response Date: Mar 04, 2024 04:00 pm MST
  • Original Response Date: Mar 04, 2024 04:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 04, 2024
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Yuma , AZ 85369
    USA
Description

The Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), Yuma, AZ, intends to issue a solicitation that will result in one (1) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction Job Order Contract (JOC). The purpose of this procurement is to obtain work that includes but is not limited to repair, emergency service, preventative maintenance, emergency response, demolition, installation, and renovation on a wide range of Heating, Ventilation and Air Conditioning (HVAC) commercial and industrial specialized cooling systems and specialized heating/boiler systems projects throughout MCAS Yuma, AZ area of responsibility to include Cannon Air Defense Complex, Martinez Lake and Barry Goldwater Range in Yuma County, AZ and Camp Billy Machen and Chocolate Mountain Range which in Imperial County, CA.

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.

The contract period of performance is anticipated to consist of an eight year performance period, for a maximum quantity of 96 months, or a total aggregate maximum value of $20,000,000.00 whichever comes first. Task orders will typically range between $2,000 and $1,000,000, however, task orders above or below these amounts may be considered if deemed to be in the Governments best interest.

Task orders will only require construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered. The Contractor is not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated during the performance period.

The scope of work for this contactor will include, but will not be limited to the demolition, installation, testing/balancing (TAB), complete diagnostics, repair or replacement, preventative maintenance, and emergency response on a variety of specialized cooling systems. The cooling systems can range from a nominal .5 ton to 350 tons of cooling capacity to include, but will not be limited to, both air-cooled chillers and water-cooled chillers, cooling towers, CRAC/CRAH systems for critical server rooms, refrigeration low/medium temperature systems, various sizes of air-handlers, fan coil units, energy management systems (EMS), Direct Digital Controls (DDC), highly complex makeup/exhaust systems, commercial package units, commercial split systems, humidification systems, commissioning/recommissioning of building HVAC systems, Variable Air Volume systems, and other secondary equipment associated with these systems. Secondary equipment examples are Variable Frequency Drives (VFD), pumps, controls, piping, motorized valves, sensors, motors and chemical treatment systems that make these cooling systems complete. The contractor shall also ensure and include with this contract the ability to obtain and mobilize portable chillers that can range between 40 to 300 tons of nominal cooling capacity within an 8 hour response time. Contractor must also ensure that all connections from electrical to various sized chilled piping, fittings, emergency callback service, and VFD pumps will be provided to ensure cooling is reestablished within this 8 hour time period.



The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. The contractor must be capable of managing simultaneous projects (up to 10+) for a broad range of maintenance, repair and minor construction work.

This procurement will utilize Best Value Trade-Off Source Selection procedures, requiring the submission of both non-price and price proposals. The solicitation will be a 100 percent competitive Small Business Set Aside NAICS Code 238220 Plumbing, Heating, and Air-Conditioning Contractors, with a business size standard of $19 M.

THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. The solicitation will only be available online; in order to view the solicitation offerors must access the System for Award Management website (www.sam.gov). To download the solicitation, offerors must access the Procurement Integrated Enterprise Environment (https://piee.eb.mil/), solicitation module. Amendments, if any, to the solicitation will be made available at the PIEE website. Registrants are responsible for the accuracy of the information on the SAM.gov Registration List.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >