Z--DEWA REPLACE HVAC SYSTEM PEIRCE HOUSE

Agency: INTERIOR, DEPARTMENT OF THE
State: Federal
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159391173671315
Posted Date: Apr 10, 2024
Due Date: Apr 25, 2024
Solicitation No: 140P4524R0009
Source: Members Only
Follow
Z--DEWA REPLACE HVAC SYSTEM PEIRCE HOUSE
Active
Contract Opportunity
Notice ID
140P4524R0009
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
NER SERVICES MABO (43000)
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 10, 2024 05:17 pm EDT
  • Original Response Date: Apr 25, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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:
Description
Pre-Solicitation Notice
General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to replace Charles S. Peirce H Heating, Ventilation and Air Condition (HVAC) and other coaction systems at Delaware Water Gap National Recreation Area, Milford, PA.
Solicitation Number 140P4524R0009.
The offeror selected shall furnish all labor, materials, equipment, and expertise necessary to perform all operations required for the successful completion of this project.
Description: The scope of this project includes selective demolition, cutting and patching, thermal and moisture protection, custom storm window work, painting, plumbing, electrical work and the installation of a new zoned Variable Refrigerant Heat Pump system. This heat pump system includes Testing and balancing, piping, instrumentation and controls, air coils, fans, air outlets and inlets, ducts and duct accessories.
Type of Acquisition: The National Park Service (NPS), New York Major Acquisition Buying Office (MABO) intends to issue a Request for Proposal (RFP) that would result in a firm fixed price contract.
The NAICS code for this project is 238220 and the small business size standard is $19 million. In accordance with FAR Subpart 36.204, the magnitude is Between $500,000 and $1,000,000. This solicitation is advertised as a Total Small Business Set-aside.
Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals. You are also required to have a Unique Entity Identifier to conduct business with the Federal Government.
This pre-solicitation announcement is not a solicitation document, but pre­notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
This solicitation will be issued electronically, on www.sam.gov on or about 30 April 2024. Search by referencing the solicitation number (140P4524R0009) and/or by the agency (National Park Service). PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Requirement documents will be available for download in one or a combination of the following formats: Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Potential bidders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all solicitation documents, amendments, and associated attachments are available only from the sam.gov website. Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents.
Estimated Period of Performance: 184 calendar days from Notice to Proceed
Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents.
This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee and Performance and Payment bonds. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes.
It is anticipated that a pre-proposal site visit will be scheduled soon after the solicitation is issued. Specific details regarding this meeting will be provided in the solicitation or via amendment, once posted.
The point of contact for this solicitation is Mary Hallmon National Park Service; email ¿ mary_hallmon@nps.gov.
End of announcement.
Attachments/Links
Contact Information
Contracting Office Address
  • CHARLESTOWN NAVY YARD, BLDG I-1
  • BOSTON , MA 02129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2024 05:17 pm 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 >