Similar Projects
Regional HVAC&R
Term Contract, Infrastructure
Post-Bid
Norfolk, Virginia Beach, VA 23511

HVAC Replacement at First Landing State Park
Alteration
Post-Bid
Virginia Beach, VA 23451

Plaza Annex HVAC Replacement
Results
Virginia Beach, VA

Kempsville Library HVAC Equipment Repair
Results
Virginia Beach, VA 23464

Facility Investment Services - HVAC/Chiller Service Contract
Term Contract
Post-Bid
Virginia Beach, VA 23454

Hvac PM and Maintenance
Term Contract, Alteration
Results
Chesapeake, Courtland, Gloucester, Suffolk, Surry, Virginia Beach, Williamsburg, VA 23837

Metro Hanger HVAC
Alteration
Post-Bid
Henrico, VA 23250

First Colonial High School Partial Roof and HVAC
Alteration
Results
Virginia Beach, VA 23454

Replace A/C Chilled Water Pump
Alteration
Post-Bid
$25,000 est. value
Virginia Beach, VA 23455

A.O. Smith LP Gas-Hot Water Heater 100 Gallon-Proprietary
Alteration
Results

Law Enforcement Training Center - HVAC System Repairs
Renovation
Post-Bid
$200,000 CJ est. value
Virginia Beach, VA 23451

Boiler Maintenance and Repair
Term Contract
Results

Fire Station #1 HVAC Repairs
Renovation
Post-Bid
$400,000 CJ est. value
Virginia Beach, VA 23451

Administration Building No. 6 HVAC Replacement
Alteration
Results
$100,000 est. value
Virginia Beach, VA 23456

Pembroke Elementary School and Trantwood Elementary School Makeup Air Unit Replacements
Renovation
Results
$2,490,000 CJ est. value
Virginia Beach, VA 23454

Last Updated 12/13/2022 02:10 PM
Project Title

Replace Chillers 1 and 2 for Paraloft DN 310

Physical Address View project details and contacts
City, State (County) Virginia Beach, VA 23461   (Virginia Beach City County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

All terms and conditions of N4008519D9194/9195/9196/9197/9198 IDIQ Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. You are responsible to adhere to all applicable clauses, even if they are not restated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issue please contact Jessica Grosso at (757) 433-1029, or email at jessica.m.grosso.civ@us.navy.mil. NAVFAC Solicitation No.: N40085-23-R-2554 NAVFAC Specification Work Order Nos.: 1732054 NAVFAC Drawing Nos: 30 sheets in PDF format in DB-RFP file (Pages 152-182) Amendments will be posted directly to https://sam.gov/ under Contract Opportunities. Offerors are responsible for referring back to this site for any amendments to the RFP. The specifications, drawings, and other pertinent attachments are posted on https://sam.gov/ under "Attachments/Links." Title: Replace Chillers 1 and 2 for Paraloft DN 310 Location of the work: Building 310, Dam Neck Annex, Virginia Beach, Virginia Description of the work: The Project Site is located at Dam Neck Annex Building 310. This facility is located in the DEVGRU compound at Naval Air Station Oceana, Dam Neck Annex. Generally, the scope of work involves demolition of two nominal 40 ton air cooled chillers, associated chilled water piping and installation of two new nominal 40 ton air cooled chillers and associated chilled water piping. Electrical work will be provided in coordination with the demolition and installation of the chillers. Estimated Budget Amount or Price Range: In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the estimated price range for this project is between $500,000 and $1,000,000. NAICS Code: 236220 - Commercial and Institutional Building Construction Time for completion: Contract completion date is 600 calendar days. The days are calculated from date of task order award, which includes the initial 15 days allowed for distribution of the task order award, submission and approval of insurance, bonding and other requirements set forth in the task order/MACC. Task order award is considered notice to proceed. Wage Rate Requirements: Department of Labor (DoL) General Decision Number: VA20220167 dated November 4, 2022 applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of award. Liquidated damages: In accordance with FAR 52.211-12 Liquidated Damages, if the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $112.68 for each calendar day of delay until the work is completed or accepted. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services - The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. Record Shop Drawings: In accordance with FAR 52.236.21, Specifications and Drawings for Construction Alternate I (Apr 1984) record shop drawings and reproducible copies of these record drawings are required. Government Furnished Property: There is no Government Furnished Property. PROVISIONS/CLAUSES INCORPORATED BY REFERENCE FAR 52.219-14 Limitations on Subcontracting (Jan 2017) FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 FAR 52.228-15 Performance and Payment Bonds-Construction (Jun 2020) FAR 52.236-6 Superintendence by the Contractor (Apr 1984) Basis for Award: This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. The proposed task order will be awarded to the responsible offeror, offering the best value to the Government. For this task order, to make a determination of best value, the Government shall evaluate each offeror on price only and the basis for award will be low price. Bond Requirements: In accordance with FAR 52.228-1, Bid Guarantees, each offeror shall submit with its offer a guarantee bond (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or or $3,000,000, whichever is less. Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Acceptance Period: 120 days from receipt of offers. OFFERORS ARE ADVISED THAT FUNDING MAY NOT BECOME AVAILABLE. IF FUNDS ARE NOT AVAILABLE, NO AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERORS WILL NOT BE REIMBURSED FOR ANY EFFORT OR PROPOSAL COSTS RESULTING FROM THIS SOLICITATION. Site Visit: Date and Time: 17 November 2022, 0830 hours Location: Building 310, Dam Neck Annex, Virginia Beach, Virginia Badging: Contractor personnel that do not have DBIDS access for Naval Air Station Oceana, must follow and adhere to the instructions contained within Attachments E, F, and G, ensuring enough time for processing, prior to the site visit date. Attachments E, F, and G are provided. If you are registered with DBIDS or after obtaining your one-day visitor's pass in accordance with Attachments E, F, and G, all participating contractors shall proceed to Building 310, Dam Neck Annex, Virginia Beach, VA for sign-in at 8:30am with a designated escort from the Pass/ID office. Please be advised you must obtain your visitor's pass from the Pass/ID office prior to proceeding to Building 310. Please note, you will need to send the following information listed below via email to Adam Bellefeuille at adam.bellefeuille.mil@socom.mil NLT November 10, 2022 for access to the DEVGRU compound. This needs to be completed in addition to the Base Access Instructions. This will allow time to process your information for a visitor's pass to the site visit. Without this information, access will be denied to the site visit. Full Name Full Social Security Number Company Name Date of Birth Do you have an active clearance (yes or no) Are you a U.S. Citizen (Yes or no) Are you currently COVID Vaccinated (yes, no or refuse to answer) Personal Safety Equipment is not necessary. This will be the ONLY Government scheduled site visit. Pre-Proposal Inquiries (PPIs): PPIs must be submitted in writing on the attached Pre-Proposal Inquiry Form (ATTACHMENT F) to Jessica Grosso at jessica.m.grosso.civ@us.navy.mil no later than Thursday, 01 DEC 2022 AT 2:00 PM. Proposal Due Date: Friday, 9 December 2022 no later than 14:00 Eastern Daylight Time (02:00PM). LATE PROPOSALS WILL NOT BE CONSIDERED. Any MACC awardee that is unable to submit a proposal on this solicitation must provide written notification to the Contracting Officer within (5) working days from receipt of solicitation. A MACC awardee can only elect to withdraw from submitting a proposal on (3) task order solicitations per contract year. Proposal Delivery Information: Proposals may be sent via Federal Express (FedEx), United Parcel Service (UPS), emailed*, or hand-carried to the following address: Mailing Address: ATTN: Jessica Grosso (Contract Specialist) Naval Facilities Engineering Systems Command Mid-Atlantic Public Works Department Oceana Facilities Engineering and Acquisition Division Building 820, 2nd Floor 953 Hornet Drive Virginia Beach, VA 23460-2190 *Email Submissions: Please note, if you email your proposal, ensure ALL required submission items are attached to the email or you will be deemed non-responsive. The date/time received noted on the Contract Specialist's computer is the date/time that will be recorded on your proposal. It will NOT be the date/time you sent your email. Ensure you send your proposal/email with all attachments early enough that your firm does not miss the deadline due to any server issue on either your side or the Government's. If you wish to send your proposal via email due to COVID, etc., send it to Jessica.m.grosso.civ@us.navy.mil. The Proposed Task Order will be awarded to the responsible offeror which offers the LOWEST PRICE to the Government. The Government shall evaluate each offeror on the following criteria: PRICE (a) Price Submission: (1) Solicitation Submittal Requirements: Offeror shall submit the following: Cover page that includes: - Solicitation Number - Solicitation Title - Prime Contractor Name - Prime Contractor Address - Phone Number - Fax Number - Cage Code - Employer Identification Number (EIN) - Point of Contact - Point of Contact Phone Number - Point of Contact Email Price Proposal Form (Attachment G) Acknowledged Amendments (if applicable) Copy of Reps & Certs from SAM (sam.gov) Completed copy of Provision 52.204-24 (Attachment J) Bid Bond (b) Basis of Evaluation: 1. The Government will evaluate price based on the total price. Total price consists of the basic requirements. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate (IGCE). c. Comparison of Proposed prices with available historical information. d. Comparison of market survey results. EVALUATION REPLACE CHILLERS 1 AND 2 FOR PARALOFT, BLDG 310 Solicitation No.: N40085-23-R-2554 DAM NECK ANNEX, VIRGINIA BEACH, VA Work Order No.: 1732054 1. The Govermnent reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract and to award the contract to the offeror submitting the lowest price acceptable proposal. 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range. 3. From all proposals deemed eligible for award, the lowest price will be chosen. ATTACHMENTS: ATTACHMENT A Scope of Work (and Drawings) ATTACHMENT B Wage Determination VA20220167 dated November 4, 2022 ATTACHMENT C Base Access Instruction ATTACHMENT D SECNAV 5512 ATTACHMENT E BLANK Sponsor Verification Spreadsheet ATTACHMENT F PPI Spreadsheet ATTACHMENT G Price Schedule Form ATTACHMENT J PROVISION 52.204-24 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Contract completion date is 600 calendar days. a. Remove or alter existing work or facilities in such a manner as to prevent injury or damage to any portion of the existing work or facilities that remain. b. Repair or replace portions of existing work altered during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the completion of operations, existing work must be in a condition equal to or better than that which existed before new work started. c. Preserve the natural resources in accordance with the approved environmental protection plan prepared in accordance with UFGS 01 57 19 Temporary Environmental Controls. PROJECT NO. 808028.01, N40085-06-D-605 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

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