Waterfield Bldg. Ceiling Modernization Project

Agency:
State: Federal
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159991253676465
Posted Date: Dec 2, 2021
Due Date: Dec 16, 2022
Solicitation No: W91236-22-B-5006
Source: Members Only
Waterfield Bldg. Ceiling Modernization Project
Active
Contract Opportunity
Notice ID
W91236-22-B-5006
Related Notice
Department/Ind. Agency
General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 02, 2021 03:06 pm EST
  • Original Response Date: Dec 16, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 31, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    , 23510
    USA
Description

Description:



The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% small business set-aside, firm fixed-price, Invitation for Bid (IFB) to complete the WATERFIELD BUILDING CEILING MODERNIZATION FOR THE U.S. ARMY CORPS OF CORPS ENGINEERS (USACE) CIVIL WORKS PROGRAM AT FORT NORFORLK, VIRGINIA



The Norfolk District, United States Army Corps of Engineers is seeking repairs to upgrade the Waterfield Building’s existing controls to a new Building Management System (BMS) capable of interfacing with existing and new equipment (building’s HVAC), replace existing Variable Air Volume (VAV) boxes with new complete with Direct Digital Control (DDC) and communication to BMS, and inspect/replace ductwork and insulation as required.



In accordance with FAR 36/DFARs 236 the magnitude of construction is between $1,000,000 and $5,000,000.



The government is not obligated and will not pay for any information received from potential sources as a result of this synopsis.



Definitive Responsibility Criteria:



The project will be solicited with Definitive Responsibility Criteria (DRC). These criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor’s ability to perform the contract. In order to be found responsible, the bidder must demonstrate a successful completion of the specified project experience as described below for the bidder and subcontractors. Bidders shall use a minimum of three (3), maximum of five (5) projects to demonstrate past experience in the specified criterion.



The Definitive Responsibility Criterion is provided as follows:




  1. Multi-story office building renovation project, involving Heating Ventilation and Air Conditioning (HVAC) and supporting Electrical.

  2. The value of the HVAC portion of the renovation project must have equal to or greater than $1.5 million dollars.

  3. The period of performance for the contract must have equal to or greater than 365 days.

  4. The work must have been completed in the five years prior to the date of the solicitation.



The bidder shall provide the following:



a) Project number and name of agency or owner for each project provided as experience within the past five (5) of the date of this solicitation;



b) Period of performance of the project;



c) Brief description of the work performed and completed by the bidder for each criterion.



If a subcontractor will be used to complete a work component of a bidder’s project experience, the bidder shall provide the following:



a) Name of the subcontractor;



b) Project number and name of agency or owner for each project provided as experience in the past five (5) years;



c) Period of performance of the project;



d) Brief description of the work performed and completed.



e) Subcontractor experience will show successful completion for the time specified in the criterion.



f) An unequivocal Letter of commitment from the subcontractor (signed by the prime and the subcontractor) to perform the work related to listed experience. The letter shall state that in the event that the bidder is awarded the contract, the subcontractor provides an unequivocal commitment to perform the work.



The construction time / liquidated damages for this project are as follows:



For contract bid items, begin performance within performance 10 calendar days and complete all work within 365 calendar day of Notice to Proceed (NTP).



The liquidated damages shall be assessed in the amount of $1,320 for each day of delay.



NAICS Code 238220 applies to this procurement. The solicitation is anticipated to be posted in January 2022. Search on W91236 (www.SAM.Gov) for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered in the DOD System for Award Management (SAM) database in order to obtain access to SAM. SAM Registration must also be active and current to be eligible for contract award.



The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1.





The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Beta Sam at https://www.beta.sam.gov. The proposal due date shall be at least 30 days after the IFB is posted on the FBO website.



IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES



Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will prevent access to https://www.sam.gov and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED




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

Related Document

May 20, 2022[Presolicitation (Updated)] Waterfield Bldg. Ceiling Modernization Project

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 >