Similar Projects
S201--644 | Canteen Hood Cleaning Phoenix VA Health Care System
Term Contract
Design
Phoenix, AZ 85012

S201--644 | Canteen Hood Cleaning Phoenix VA Health Care System
Term Contract
Design
Phoenix, AZ 85012

HVAC Maintenance Services - Fort Defiance Region - Re-bid
Term Contract
Sub-Bidding
Window Rock, AZ 86515

750 Ton Cooling Tower Replacement at Corona Del Sol High School
Renovation
Sub-Bidding
$650,000 CJ est. value
Tempe, AZ 85284

Ces R&R B6 Hvac Recirculation Pumps
Term Contract
Post-Bid
Phoenix, AZ 85034

Tucson Magnet High School Chiller 2 and 3 Replacement Project
Alteration
Post-Bid
Tucson, AZ

Replacement of Existing Heating and Cooling System at Superior Courthouse
Results
Bisbee, AZ 85603

DEMA HVAC Duct Repair L4605 Silverbell Single
Results
Marana, AZ 85653

N--Design Install New Vrf/HVAC Sys Bldg 298 & Bldg 10
Term Contract
Design
Tuba City, AZ 86045

HVAC Upgrades and Red Mesa School Sites and Round Rock Elementary School
Renovation
Sub-Bidding
$200,000 CJ est. value
Teec Nos Pos, AZ 86514

4410--644 Boiler Safety Devices
Term Contract
Post-Bid
Phoenix, AZ 85012

Temporary Chiller Services
Results
$58,845 est. value
Tempe, AZ 85284

Annual Inspection and Maintenance For Two York YVWA Chillers
Term Contract
Design
Phoenix, AZ 85040

Navajo Head Start HVAC Services
Term Contract
Sub-Bidding
Window Rock, AZ 86515

Somerton Community Center HVAC Renovation
Term Contract
Post-Bid
Somerton, AZ

Last Updated 10/13/2022 07:04 PM
Project Title

Dilkcon Outpatient Treatment Center HVAC Systems Inspection, Repair, Replace or Install

Physical Address View project details and contacts
City, State (County) Winslow, AZ 86047   (Navajo County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $200,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Requests for Information Due Date 09/30/2022 @ 5:00 pm All interested parties are invited to review and respond to this Request for Proposal at their discretion. All questions pertaining to the contents of this RFP as a respondent can contact via email Michael Salabiye, Planner - DBMHS/DOH at msalabiye@navajo-nsn.gov. The Navajo Nation Division of Behavioral and Mental Health Services (DBMHS) is a federally funded program operating outpatient and inpatient counseling services throughout the Navajo Nation. The Navajo Nation intends to enter into a professional services contract with one (1) responsible, qualified, and independent Contractor to complete all work as described in the attached scope of work. All respondents must have the capabilities listed herein, including sufficient detailed information with regard to experience and expertise in meeting the following requirements: 1. A legitimate and credible vendor with a minimum of five (5) years' experience and history with providing the described services. 2. The Navajo Business Opportunity Act 5 NNC 201, 205 will apply. 3. Federal requirements, if applicable (i.e. Davis Bacon wage rates). 4. All workmanship and materials shall comply with applicable Safety Codes. 5. As built drawings of all completed work. Please utilize the outline described below with four (4) copies. 1. Organizational letter expressing your interest and a brief description of your proposed services. Do not reveal or make reference to the cost in this letter. 2. Organization qualifications and project experience. Include references. 3. Scope of Work 4. Product Specifications including cut sheets (if any). 5. Design (detailed plan depicting layout). 6. Schedule 7. Copies of licenses, certifications, insurance certificates, and other relevant documents. 8. Sub-contractor Information, if applicable a. Subcontractor work should not exceed certain percentage of entire project 9. Costs to be submitted in a separate sealed envelope. Detailed breakdown of costs: Materials, Labor, and other applicable costs; 6% Navajo Nation Sales Tax. 10. Compliance: Any proposal that does not adhere to this format and does not address each specification, requirement, or scope of work as outlined, may be deemed nonresponsive and rejected on that basis. 1. Evaluation Criteria 3 a. Qualifications, credentials, and minimum five (5) years' work experience. This includes the capabilities to provide all requested services. (20 points) b. Quality of products, ability to install, and warranty services. (30 points) c. Project Schedule. (20 points) d. Navajo Preference. (5 points) e. Cost (separate sealed envelope). (25 points) 2. Applicable Federal Requirements (25 CFR 900, OMB Circulars A-87, GSA qualified vendor, Davis Bacon wage rates, etc.). 3. The Navajo Nation Division of Behavioral and Mental Health Services reserve the right to interview respondents if deemed necessary due to tied scores or other legitimate matters. a. This may entail a presentation from the respondent for clarification and/or details on products or other requirements. The presentation will be scheduled to be presented at the respective site (if necessary). It is DBMHS's intention to award one (1) vendor to provide all services as specified. The Navajo Nation will utilize a standard Professional Services Contract for the procurement of goods and services for this project. The period of performance will be determined and negotiated based on the schedule proposed by the respondent and the contract implementation date. The Navajo Nation DBMHS point of contact Michael Salabiye, Planner for inquiries related to the project and other matters. Questions and responses will be shared with all respondents. Mr. Salabiye's email address is msalabiye@navajo-nsn.gov The Navajo Nation Professional Services Contract will describe this section. The Navajo Nation reserves the right to reject any and all proposals, in whole or in part based on the requirements set forth in this RFP. The Navajo Nation is not bound to enter a contract under the RFP and may issue a subsequent RFP for the same services, and The Navajo Nation is a sovereign government and all contracts entered into as a result for the RFP shall comply with the Navajo Nation law, rules and regulations, including the Navajo Preference in Employment Act, and applicable federal law, rules, and regulations. This procurement and any RFP with respondents that may result shall be governed by the laws of the Navajo Nation and applicable federal law. Nothing herein shall be constructed as a waiver of the Navajo Nation's sovereign immunity. In addition, the Navajo Nation Business Opportunity Act will apply to the RFP. The Navajo Nation Professional Services Contract will provide all other legal and contractual obligations, terms, and requirements of this project. The Navajo Nation Division of Behavioral and Mental Health Services (DBMHS) is requesting quotations for servicing, inspection and/or repair and a 5-year preventive maintenance service for: 1) Six (6) Wall Mounted BARD Model WA701-AOXX5XXJ HVAC Units 2) Six (6) zones of duct cleaning (supply and return) including dampers, registers, return air grills 3) Check thermostats for function before and after work is completed to assure functionality. NOTE: All units are working however, two (2) are not providing cold air. The equipment is located at the Navajo Nation Division of Behavioral and Mental Health Services (DBMHS) in Dilkon, Arizona. The prospective vendor shall provide all labor, materials and equipment to complete the desired services, provide reports, and costs for repairs. Please utilize the cost estimating worksheet provided. Warranty information shall be included in the quotation. The facility is available for an onsite visit by contacting the Dilkon DBMHS at (928) 657-8000 to schedule a visit. You will be asked to sign in, temperature checks will be taken. CDCguidelines are to be adhered to including wearing of masks, maintaining six-foot distancing, hand sanitizing and sanitizing surfaces before and after your work areas. All components of the HVAC units identified as: 1) BARD Model WA701-AOXX5XXJ; Serial numbers (to be furnished upon request) 2) Duct Cleaning and Thermostats, including: Cabinet Components Compressor Blower Assembly Fan Motor Mount Fan Blade Condenser Motor Condenser Coil Expansion Valve Evaporator Coil Air Filters Switches (if applicable) Control Panel (and components) Blower Assembly (and components) List components or systems not listed and not checked Provide a service and inspection report, including proposed costs for replacement (if necessary) material, equipment, supplies, travel expenses, labor and tax. Repairs: Will be based on the Inspection report, include a $18,000.00 (Six HVAC units at $3,000.00 each) allowance for minor repairs or service, if over- it may require a Request for Proposal or contract modification. Submit an additional quotation for repairs required for equipment startup and full operation (if over the $3,000 amount/ unit). Proposal should include a semi-annual preventive maintenance service (heating and cooling intervals) for a period of five (5) years. Duct cleaning will be once annually. 5-year (as specified) preventive maintenance to commence at next interval after repairs. Subject to the Navajo Nation Contractual Requirements. Subject to the Navajo Nation Procurement Regulations. Submit any Certifications and or Licenses for HVAC work. Any applicable Warranty information is to be made available Please direct any questions or concerns to Mike Salabiye, Planner at msalabiye@navajo-nsn.gov All responses to this bid shall be sent in a sealed envelope, including a return address, and clearly marked on the outside of the envelope; the following: Bid #22-08-2878le Dilkon Nndbmhs Hvac System Inspection Project Do Not Open-bid Proposal

Details

Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents