Barkley Powerhouse Replace HVAC, Zone 3
ID: W912P524Q0045Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.

    Files
    Title
    Posted
    The document from the Nashville District Corps of Engineers outlines the application process for foreign nationals seeking access to U.S. Army Corps facilities. It specifies the information necessary for scheduling facility tours, verifying visitor identities, and conducting background checks, in compliance with U.S. law. Mandatory details include full name, date of birth, citizenship, passport and visa numbers (unless from a Visa Waiver Program), and a verification of legal admission into the U.S. For non-U.S. citizens who have lived in the U.S. for over three years, a favorable background investigation is required under Homeland Security Presidential Directive 12. The form emphasizes the importance of approval from the Nashville District Security Office before access, with specific contact information for security personnel. Compliance with these requirements is essential for maintaining security protocols surrounding sensitive military facilities.
    The Nashville District Corps of Engineers has established a protocol for foreign nationals (FNs) seeking to visit its sites, including for pre-bid meetings. Requests for such visits must be made 30 days in advance and processed via a specific Foreign National Pre-Bid Meeting Request Form. Applicants are required to submit two color copies of their identification documents, including various permissible forms such as passports, certificates of citizenship, and employment authorization documents. Each request is subject to approval from the Corps' Security Management Office, with exceptions considered on a case-by-case basis. The document details the submission process, including contact information for security personnel and a mandatory privacy statement outlining the use of provided information for identity verification and background checks. This procedure is indicative of security measures integral to federal operations, particularly in the context of government RFPs and grants, showcasing the importance of verifying access eligibility to sensitive facilities. The Nashville Corps aims to ensure compliance with federal regulations while facilitating controlled visits by foreign nationals.
    The Nashville District Corps of Engineers has established a site visit request protocol for U.S. citizens wishing to attend meetings or site inspections at its field locations. Visitors must submit a request form to the designated Point of Contact (POC) at least five business days before the proposed visit for security clearance. Key information required includes the individual’s full legal name, date of birth, Social Security number, and driver’s license details. The requested site visit specifics must also be included. Important guidelines for visitors include restrictions on carrying personal items, prohibitions on photography inside facilities, and specific dress codes. Any heightened security threat levels may lead to last-minute tour cancellations. The Privacy Act is referenced, emphasizing that personal information is collected for identification verification, with the assurance that it will not be retained post-visit. Overall, this document outlines procedures to ensure visitor safety and compliance with security protocols while facilitating educational access to U.S. Army Corps of Engineers facilities.
    The Nashville District Corps of Engineers Security Access Form is a document required for U.S. Citizens seeking access to Corps facilities. It outlines the submission process for contractors and subcontractors' employees, emphasizing the need for prior approval from the Nashville District Security office before accessing sites. The form collects essential personal information, including full name, date of birth, social security number, and citizenship details, and requires the contractor to provide proof of U.S. citizenship and two forms of identification as outlined in Form I-9. The document also includes a Privacy Act statement, clarifying the legal authority for information collection, its principal purpose, and the voluntary nature of disclosure—with a warning that failure to provide information may lead to access denial. Contact information for key personnel within the Nashville District Corps is provided for inquiries. This form plays a crucial role in ensuring security protocols are met for safe and compliant access to government facilities, reflecting the directives typical in federal RFPs and grants processes aimed at maintaining national security and operational integrity.
    The document outlines the Request for Proposal (RFP) W912P524Q0045 for the replacement of the air conditioning unit at the Barkley Power Plant in Kuttawa, Kentucky. The project involves the purchase and installation of a new 10-ton air conditioning unit, including associated accessories and a new raw water line system. The contractor is expected to complete the work within 120 calendar days post-award, ensuring compliance with safety and environmental regulations. Key criteria include a firm-fixed price contract, with the award based on the lowest priced, responsible offeror. There’s an organized site visit scheduled for September 5, 2024, to aid potential bidders in assessing the work environment. Contractors must adhere to stringent security protocols due to the nature of the work being conducted within a controlled area, including requirements for background checks and compliance with specific training related to security awareness. Overall, this RFP reflects the government's commitment to maintaining infrastructure through modern and efficient systems while ensuring responsible contracting practices and compliance with regulatory standards.
    The document outlines an amendment to a solicitation for a government contract, specifically amending solicitation W912P524Q0045. Key changes include extending the submission deadline for quotes to September 16, 2024, at 1300 hours Central Time and providing a Question & Answer attachment to address contractor inquiries. The amendment reiterates that all other terms and conditions remain unchanged. The Q&A addresses specific concerns regarding the air handler units and refrigerants specified in the contract, confirming that alternative models and refrigerant types may be considered as long as they meet project specifications. This amendment ensures clarity and provides additional time for contractors to submit their proposals, reflecting the government's flexibility in accommodating industry challenges while maintaining project specifications.
    The document outlines an amendment to an existing government solicitation, identified as W912P524Q0045. The primary purpose of the amendment is to extend the deadline for submitting quotes to 20 September 2024, at 1300 hours Central Time Zone. It emphasizes that all other terms and conditions remain unchanged from the original solicitation. The amendment's structure includes sections for contract identification, signatures, and detailed descriptions of modifications, specifically addressing changes made via prior amendments. Amendment 0001 initially extended the deadline to 16 September 2024 and included a Q&A attachment, while Amendment 0002 further extends the deadline to the current date. The document underscores the importance of acknowledging receipt of the amendment to avoid rejection of offers, reinforcing compliance with government procurement protocols. In essence, this amendment is a procedural update to facilitate timely submissions while ensuring participants are informed of all pertinent changes to the solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), 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 918-669-7078.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Nashville District, is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The procurement involves the supply and installation of one 10-ton and one 7.5-ton HVAC unit, along with additional equipment such as carbon dioxide detectors, temperature sensors, and controllers, all under a Total Small Business Set-Aside. This initiative is crucial for enhancing facility management and ensuring compliance with safety regulations, with a contract completion timeline of 60 calendar days from the award date. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024, for which prior registration is required. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project requires contractors to provide all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal safety and environmental standards throughout the installation process. Interested vendors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 20, 2024, with inquiries directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    HVAC Unit at Lake Eufaula Project Office
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is preparing to issue a solicitation for HVAC installation services at the Eufaula Lake Project Office in Oklahoma. This project is designated as a 100% Small Business set-aside under NAICS Code 238220, with a small business size standard of $19 million, and aims to provide essential air conditioning installation and discard services. The contract will be awarded on a Firm-Fixed Price basis, with evaluations based on price, past performance, and compliance with subcontracting regulations. Interested contractors should monitor the PIEE website for updates, as the solicitation is expected to be published around September 4, 2024, with quotes due by September 17, 2024, and the anticipated award date set for September 23, 2024. For further inquiries, contractors can contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Rudolfo J. Morales, Jr. at rudolfo.j.morales@usace.army.mil.
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    BLUE GRASS ARMY DEPOT: HVAC SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Blue Grass Army Depot (BGAD) in Richmond, Kentucky, is seeking qualified contractors to establish Master Blanket Purchase Agreements (BPAs) for HVAC services, including preventative maintenance and repair/replacement of various HVAC equipment. The procurement aims to ensure rapid response capabilities to prevent operational failures at BGAD, with a focus on specialized equipment such as refrigeration systems and industrial cooling units. Interested small businesses must submit their capability statements, including service response times and pricing, by September 30, 2024, with a maximum BPA limit of $750,000 and individual calls not exceeding $249,000. For further inquiries, contractors can contact Conner McCracken or Jeremy Turner via the provided email addresses.
    Portable 30 Ton AC Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Portable 30 Ton Air Conditioning Unit as part of a Combined Synopsis/Solicitation. The procurement requires that the unit meets specific technical specifications, including a minimum cooling capacity of 30 tons, electrical requirements of 480 VAC, and size limitations not exceeding 12 feet in width, 12 feet in length, and 6 feet in height. This equipment is crucial for maintaining operational efficiency at the facility, and the selected contractor must provide detailed technical proposals, including as-built drawings and operational manuals, along with a warranty period of at least one year against defects. Interested parties must ensure they are registered and active in the System for Award Management (SAM) and submit their signed proposals by September 23, 2024, at 10:00 AM Central Daylight Time. For further inquiries, contact Casey Pratt at casey.p.pratt.civ@army.mil or call 918-420-7407.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump in accordance with the provided Statement of Work and specifications. This project is crucial for maintaining efficient climate control in training environments, ensuring operational readiness and comfort. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and are encouraged to attend a site visit on September 18, 2024, at 10:00 AM CDT. For further inquiries, contact A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@us.af.mil.