Similar Projects
Cables
Term Contract
Sub-Bidding
Miami, FL 33132

Disaster Debris Removal and Disposal Services
Term Contract
Sub-Bidding
Miami Shores, FL 33138

Prequalification Pool for Window Washing Services
Term Contract
Post-Bid
Miami Beach, FL

Public Housing and Community Development (PHCD) Work - Order Contract 2022 - South Area
Term Contract
Post-Bid
$1,400,000 CJ est. value
Miami, FL 33132

Herbicide
Term Contract
Sub-Bidding
$58,000 CJ est. value
Quail Heights, FL 33187

Public Housing and Community Development (PHCD) Work Order Contract 2022 - Central Area
Term Contract
Post-Bid
$1,300,000 CJ est. value
Miami, FL 33132

Aventura High School Marquee Sign
Infrastructure
Post-Bid
$99,900 CJ est. value
Hallandale, FL 33009

VISN 8 - Tampa, Gainesville, West Palm Beach, Bay Pines, Miami, Orlando, Florida and San Juan, Puerto Rico- Indefinite Delivery-Indefinite Quantity (IDIQ)
Term Contract
Post-Bid
Tampa, FL 33602

Mosquito Control for Department of Solid Waste Management
Term Contract
Post-Bid
FL

Public Housing and Community Development - Work order Contract 2021 - North Area
Term Contract
Post-Bid
$3,480,000 CJ est. value
Miami, FL 33132

Pest Control Services
Term Contract
Post-Bid
$83,000 est. value
Miami Beach, FL

Purchase of Quicklime (1-Year contract for the J.R. Dean (WTP) Water Treatment Facility)
Term Contract
Post-Bid
Florida City, FL 33034

Court Resurfacing, Citywide
Term Contract
Post-Bid
Miami, FL 33132

RFP - Building / Planning Support Services
Term Contract
Post-Bid
Biscayne Park, FL 33161

Re-Bid for Maintenance and Repair for City Roads Streets and Facilities
Term Contract
Post-Bid
$220,000 CJ est. value
Aventura, FL 33180

Last Updated 05/05/2023 06:05 PM
Project Title

JCI HVAC Preventative Maintenance

Physical Address View project details and contacts
City, State (County) Key Biscayne, FL 33149   (Miami-Dade County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Modification 1: The purpose of modification is to clarify this is a brand name for preventative maintenance services on Johnson Controls Metasys Controls System System. Vendors must be authorized dealers. The statement of work has been revised to identify this is a brand name. This posting due date is also extended to 04/28/2023. **** This solicitation is being issued as full and open, unrestricted. The associated NAICS code is 238220. The small business size standard is $19.0M. Please reference the attachment for the full details of this solicitation. Reference Clause 52.212-2 for the evaluation critieria. Reference Clause 52.237-1 for site visit informaiton. **** (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NR-MAD000-23-00348MWH. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-02 (MAR 2023) DEVIATION (2021-06)(SEPT 2021)(2020-05)(APR 2020)(2017-05)(SEPT 2017). (IV) This solicitation is being issued as full and open, unrestricted. The associated NAICS code is 238220. The small business size standard is $19.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Base Year; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for preventative maintenance, testing, inspection, and calibration services for AOML'S HVAC Controls System. Provide Metasys subscription service at Miami, FL, in accordance with the incorporated Statement of Work. Line Item 1001 - Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for preventative maintenance, testing, inspection, and calibration services for AOML'S HVAC Controls System. Provide Metasys subscription service at Miami, FL, in accordance with the incorporated Statement of Work. Line Item 2001 - Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for preventative maintenance, testing, inspection, and calibration services for AOML'S HVAC Controls System. Provide Metasys subscription service at Miami, FL, in accordance with the incorporated Statement of Work. Line Item 3001 - Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for preventative maintenance, testing, inspection, and calibration services for AOML'S HVAC Controls System. Provide Metasys subscription service at Miami, FL, in accordance with the incorporated Statement of Work. Line Item 4001 - Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for preventative maintenance, testing, inspection, and calibration services for AOML'S HVAC Controls System. Provide Metasys subscription service at Miami, FL, in accordance with the incorporated Statement of Work. (VI) Description of requirements is as follows: See attached Statement of Work which applies to the Base Year and all Option Years 1 - 4, and Department of Labor Wage Rates: WD 2015-4543, Revision No. 23, dated 12/27/2022, which can be found on: https://wdolhome.sam.gov/ Non-Personal preventative maintenance services at NOAA OAR AOML's Miami, Florida (VII) Date(s) and place(s) of service. Service will be at NOAA OAR AOML's office, 4301 Rickenbacker Causeway, Miami, FL 33149 Period of performance shall be: Base Year for a twelve month period 05/17/2023 through 05/16/2024. Option Year 1 for a twelve month period 05/17/2024 through 05/16/2025. Option Year 2 for a twelve month period 05/17/2025 through 05/16/2026. Option Year 3 for a twelve month period 05/17/2026 through 05/16/2027. Option Year 4 for a twelve month period 05/17/2027 through 05/16/2028. (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Marilyn Herrera at Marilyn.Herrera@noaa.gov. 2. Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Vendors shall assume that the Government has no prior knowledge of them or their capability. 4. Vendors must provide all items requested in FAR 52.212-2. Vendors who do not provide all evaluation criteria will not be accepted. Technical Acceptability/Capability - Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address to demonstrate the offeror's capability to successfully perform the services listed in the Statement of Work. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Price The Government intends to award a low priced, technically acceptable, a single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (IX) FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; Technical Acceptability/Capability - Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address to demonstrate the offeror's capability to successfully perform the services listed in the Statement of Work. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Price The Government intends to award a low priced, technically acceptable, a single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Elizabeth Perez by email at Elizabeth.perez@noaa.gov, 305-361-4436 to set up a time to do a site visit. We ask that you limit your attendees to only one person from your company. All vendors must sign in before site visit starts. All questions during the site visit should be submitted electronically to Marilyn.Herrera@noaa.gov.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - 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