Remove and Replace Boiler Bldg. 1231
ID: FA446024Q0285Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor is required to furnish, remove, and install a 2-MBTU/H boiler, ensuring compliance with all federal, state, and local regulations, and complete the work within 45 days of material arrival. This project is critical for maintaining operational efficiency and safety at the military installation, reflecting the importance of timely facility upgrades. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit scheduled for September 16, 2024, with prior RSVP to the designated contacts, Owen Sinning and Dimas Bernacchia, via email.

    Files
    Title
    Posted
    The document outlines the evaluation criteria for a government contract award related to commercial products and services. It specifies that contracts are awarded to the most advantageous offerors, considering price and additional factors. The evaluation process includes: 1. **Price Factor**: Offers are ranked based on total evaluated price. Non-responsive offers may be rejected if pricing is incomplete or unreasonable. 2. **Past Performance Factor**: Offers receive either "Acceptable" or "Unacceptable" ratings based on two years of relevant experience within the last four years. An "Unacceptable" rating disqualifies the proposal. 3. **Technical Factor**: Offers must provide a description of the flooring to be used, adhering to requirements in the Performance Work Statement. Non-compliance results in rejection of the proposal. The process continues to evaluate the next lowest priced offeror if the lowest does not meet the past performance or technical criteria. The Government may choose not to award a contract based on proposal quality or available funds. Award notifications constitute binding contracts, with acceptance occurring without further action unless a withdrawal notice is received. This document is critical for understanding bidding processes and contractual obligations in government procurement.
    The document outlines technical specifications for the UPS 50-60 F/SF series, designed for fluid pumping applications. Key features include a flow range of 0-120 gallons per minute (gpm) and a head range of 0-21 feet. The units operate on 60 Hz with a single-phase motor, accommodating liquid temperatures from 36°F to 230°F and a maximum pressure of 145 psi. It specifies various models with different voltage and power configurations, including 115V and 208-230V options, and their corresponding amperage and wattage. Additionally, product dimensions and weights are provided, including shipping weight of 20 lbs (44 kg). The technical data also emphasizes compliance with standards, indicating the unit's approval from INTERTEX. This document is relevant in the context of government RFPs and grants, as it highlights product specifications essential for ensuring compatibility with federal and state project requirements involving fluid systems. Such detailed information aids in evaluating vendor proposals and compliance with industry standards for state and local bidding processes.
    This document outlines a Single Source Justification for a contract action in accordance with the Federal Acquisition Regulation (FAR) 13.106-1(b)(1). The contracting officer, Amanda Davenport, determined that only one source is reasonably available for the required contract. This finding, dated September 10, 2024, indicates a specific circumstance where competitive bidding may not apply, justifying a single-source procurement process. The document serves as a formal assertion of the need for such an action, demonstrating compliance with federal guidelines governing acquisitions. The primary focus is on maintaining regulatory integrity while fulfilling the government’s contracting needs efficiently.
    The Combined Synopsis Solicitation FA4460-24-Q-0285 seeks proposals from small businesses for the removal and replacement of an HVAC boiler at Little Rock Air Force Base, Arkansas. The contractor is required to supply all necessary personnel, tools, materials, and services to install a 2-MBTU/H boiler, compliant with federal, state, and local regulations. The project must be completed within 45 days of material arrival, with vendors expected to provide estimated delivery dates within 15 days after contract award. Key deadlines include questions due by September 17, 2024, and offers by September 25, 2024. A site visit is encouraged for interested contractors, which must be arranged in adherence to specified base access procedures. Additionally, all participants must ensure their registration with SAM.gov is current as part of their submission. The resulting contract will follow terms incorporated from the Federal Acquisition Regulation (FAR), including specific clauses relevant to the procurement process. Attachments provided with the solicitation include the Performance Work Statement and Pricing Schedule. Overall, this solicitation emphasizes compliance, timeliness, and the importance of small business participation in federal contracting.
    This Performance Work Statement (PWS) outlines the requirements for the removal, furnishing, and installation of an HVAC 2-MBTU/H boiler at Building 1231, Little Rock AFB, Arkansas. The contractor must provide qualified personnel, tools, and materials, ensuring compliance with all relevant regulations and completing the work within 45 days after material arrival. The contractor is responsible for site inspections, waste disposal, and coordinating with government representatives regarding utilities and safety measures. Specific tasks include removing an existing boiler, installing a Patterson-Kelley MODU-FIRE N2000 boiler with related components, and conducting a final confirmation with a manufacturer representative. The document emphasizes safety protocols, work authorizations, and regulatory compliance requirements, including securing permits for welding or crane use. It mandates a 12-month warranty on workmanship and equipment post-acceptance. The document operates under the broader context of government contracts focusing on facility upgrades and efficiency improvements for military installations, reflecting best practices for project execution and standards compliance.
    The document outlines solicitation FA446024Q0271 for federal government contracting, detailing clauses incorporated by reference and stipulating requirements for items delivered to the Department of Defense (DoD). It includes clauses related to contracting ethics, procurement regulations, and vendor responsibilities, such as unique item identification and valification for items exceeding $5,000. The file emphasizes compliance with laws prohibiting procurement from certain foreign regions and mandates electronic submission of payment requests. Moreover, it dictates evaluation criteria for offers, focusing on technical capability, price, and past performance. The relevance of these provisions in ensuring regulatory adherence, transparency, and fair competition is critical in government RFP processes, highlighting the importance of compliance in obtaining federal funds and contracts. The document serves as a framework to guarantee accountability and protect government interests in contracts, aiding both, contractors and federal representatives in navigating their obligations.
    The document addresses inquiries related to a specific federal project involving pump specifications and site access for equipment transport. Key questions include the availability of project photographs, clarification on pump model numbers (UPS 50-60F and UP XL), and guidelines for driving vehicles on grass to transport equipment to a boiler room. The response confirms no photographs were provided, clarifies that the UPS 50-60F model is the correct specification for the pump, and states that vehicles are permitted on the grass under certain conditions to prevent damage. This interaction highlights the importance of accurate specifications and operational considerations within federal RFP processes, aimed at ensuring project efficiency and maintaining site integrity. The document exemplifies the type of Q&A that often accompanies proposals and grants, underscoring the collaborative communication necessary within such agreements.
    The U.S. Department of Labor's Wage and Hour Division has issued Wage Determination No. 2015-5117, Revision No. 25, applicable to federal contracts under the Service Contract Act. This determination stipulates minimum wage rates required for various occupations across specific Arkansas counties, influenced by Executive Orders 14026 and 13658. Contracts initiated after January 30, 2022, must comply with a minimum hourly wage of at least $17.20, while contracts awarded between January 1, 2015, and January 29, 2022, not extended afterward, adhere to a minimum of $12.90. Included are wage rates for diverse job classifications ranging from administrative roles to healthcare positions, alongside mandatory fringe benefits such as health and welfare provisions. The document outlines requirements for paid sick leave under Executive Order 13706 and describes the process for requesting additional classifications and wage rates for unlisted job titles. Compliance with these guidelines ensures fair compensation for workers engaged in government contracts, enhancing worker protection and welfare across various industries. This comprehensive wage determination is crucial for fostering equitable labor standards in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Install Steam Boilers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking qualified small businesses to install steam boilers at the Air Force Research Laboratory's Rome Research Site in New York. The project encompasses general construction, fire protection, plumbing, mechanical, and electrical work, with a focus on ensuring the complete installation of heating systems ahead of the 2025 heating season. This procurement is critical for maintaining operational efficiency and safety at the facility, and interested parties must respond with detailed qualifications, including evidence of relevant experience and compliance with small business participation requirements. Responses should be directed to Tabitha Haggart at tabitha.haggart@us.af.mil, with no solicitation currently issued, and the anticipated period of performance is 365 days.
    Remove, Furnish and Install Fire Alarm B335
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal, furnishing, and installation of a new fire alarm system at Building 335 on Little Rock Air Force Base in Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to complete the installation in compliance with federal, state, and local regulations, with a completion timeline of 180 days from the award date. This project is critical for ensuring the safety and security of the facility, as it involves the installation of a Monaco fire alarm system, which is essential for effective fire detection and notification. Interested contractors must submit their proposals by September 24, 2024, and are encouraged to attend a site visit scheduled for September 19, 2024, at 09:00 AM CDT. For further inquiries, potential bidders can contact A1C Caleb Munyi at caleb.munyi.ke@us.af.mil or by phone at 501-987-8113.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project involves the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive, a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or Melissa Hyslop at melissa.d.hyslop@usace.army.mil.
    DSCR: B151 Boiler Replacement
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the replacement of an inoperable boiler (B151) at the Defense Supply Center Richmond (DSCR) in Virginia. This project aims to ensure adequate heating for facility occupants during cold weather and requires contractors to demonstrate a minimum of five years of relevant experience, use certified personnel, and adhere to strict safety and quality control protocols. The contract will be awarded to the lowest priced, technically acceptable offeror, with a performance period of 180 days following the issuance of a Notice to Proceed. Interested small businesses must submit their quotes by September 20, 2024, and are encouraged to attend a site visit on September 12, 2024. For further inquiries, contact Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.
    Replacement of steam boilers in bldg. 87 at USCG Base Elizabeth City
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace steam boilers in Building 87 at USCG Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to remove the existing natural gas-fired steam boilers and install new ones, ensuring compliance with local regulations and safety standards. This project is crucial for maintaining operational functionality at the facility and is set aside exclusively for small businesses under NAICS code 238220, with a completion timeline of 30 days post-award. Interested vendors must submit their quotes by noon Eastern Time on September 23, 2024, and are encouraged to attend a mandatory site visit on September 17, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Rubens E. Rodriguez at rubens.e.rodriguez@uscg.mil or by phone at 252-334-5172.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide and install a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves the removal of an existing unit and installation of a new wall-mounted heat pump, adhering to specified technical requirements outlined in the Statement of Work and Salient Characteristics documents. This project is crucial for maintaining operational efficiency in training environments, ensuring reliable climate control for personnel and equipment. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and can direct inquiries to Contract Specialist A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@us.af.mil.
    Z2DA--FY25 36C257-24-AP-4158 | Replace Burners and Controls Project #549A4-22-422(VA-25-00003929)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the replacement of burners and controls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under Project 549A4-22-422. The project involves the installation of two 400 HP and one 200 HP Weishaupt boilers, along with associated components, and must be completed within 180 days of the notice to proceed. This initiative is critical for enhancing the operational efficiency and safety of heating systems in VA facilities, ensuring compliance with safety protocols and regulatory standards. Bids are due by October 10, 2024, at 1:00 PM CST, with the bid opening occurring virtually on the same day at 3:00 PM CST. Interested parties can contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further information.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The project involves the procurement of one 10-ton and one 7.5-ton HVAC unit, along with related equipment such as carbon dioxide detectors, temperature sensors, and controllers, under a Total Small Business Set-Aside initiative. This procurement is crucial for enhancing facility management through efficient HVAC systems, ensuring compliance with safety regulations, and providing necessary training for government staff on system operations. Interested vendors must submit their proposals electronically by September 25, 2024, with a mandatory site visit scheduled for September 12, 2024. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.