Similar Projects
Solar Installation and/or Solar Power Purchase Agreement
Renovation
Sub-Bidding
$330,000 CJ est. value
Norfolk, VA 23510

Half Moone Cruise Terminal Cooling Tower Addition
Renovation
Sub-Bidding
$600,000 CJ est. value
Norfolk, VA 23510

HVAC and Mechanical Products
Term Contract
Post-Bid

HVAC and Mechanical Products and Solutions
Term Contract
Post-Bid

Replace HVAC, Bldg SP-366
Results
$500,000 to $1,000,000 est. value
Norfolk, VA

ORF HVAC Renovation
Alteration
Results
Norfolk, VA

Bldg 100, Replace Chiller, LRA
Term Contract
Post-Bid
Norfolk, VA

Wells Theater Cooling Tower Replacement
Alteration
Results
Norfolk, VA 23510

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

Rogers and Gresham HVAC Replacement
Renovation, Alteration - 155,578 SF
Results
Norfolk, VA 23508

HVAC SERVICES
Term Contract
Post-Bid
Norfolk, VA 23510

Crittenton Hall HVAC Upgrades
Alteration
Results
Norfolk, VA 23508

Metro Hanger HVAC
Alteration
Post-Bid
Henrico, VA 23250

HVAC Services- DMV Norfolk Military Circle CSC
Term Contract
Results
Norfolk, VA 23502

McDemmond Air Valve Replacement
Alteration
Post-Bid
$215,000 est. value
Norfolk, VA

Last Updated 08/22/2022 09:32 AM
Project Title

Naval Support Activity (NSA) SDA Farrier Fire Fighting School (FFFS), Vaporizer Replacement

Physical Address View project details and contacts
City, State (County) Norfolk, VA 23505   (Norfolk City County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

All terms and conditions of N4008518D1149/1150/1151/1152/1153 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 clauses or other contractual issues, please contact Victoria Buela at (757) 341-0565, or email at victoria.c.buela.civ@us.navy.mil. 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." NAVFAC Solicitation No.: N40085-22-R-2785 NAVFAC Specification Work Order Nos.: 1687051 (ATTACHMENTS A and B) NAVFAC Drawing Nos.: 4226535, 4226568, 4226569 and 4226570 (4 sheets) Drawings (ATTACHMENT C) Title: Naval Support Activity (NSA) SDA Farrier Fire Fighting School (FFFS), Vaporizer Replacement Location of the work: Naval Station Norfolk, Norfolk, Virginia Description of the work: This project will replace three (3), dated 4,500 gallon per hour water-bath type propane vaporizers for Farrier Fire Fighting School, NSA Hampton Roads, Naval Station Norfolk, Norfolk, VA. The project will remove three (3) existing packaged 4,500 gallon per hour water-bath type propane vaporizers. Remove make-up water, natural gas, and liquid and gaseous propane piping to next flange or union connections. Provide three (3) new packaged 4,500 gallon per hour water-bath type propane vaporizers. Connect new vaporizers to the existing make-up water, natural gas, and liquid and gaseous propane piping. New vaporizer installation shall be phased to maintain firefighting school training operability. Reconnect new vaporizer units to existing power connections. 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 $250,000 and $500,000. NAICS Code: 238220 -- Plumbing, Heating, and Air-Conditioning Contractors Time for completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work (APR 1984), the Government desires completion of construction within 315 calendar days after award. 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 the notice to proceed. Wage Rate Requirements: Department of Labor (DoL) General Decision Number: VA20220160 05/20/2022 (ATTACHMENT D) applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination may be issued via amendment. Liquidated damages: In accordance with FAR Clause 52.211-12 Liquidated Damages- Construction (SEP 2000), 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 $248.44 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 (FEB 1997), record shop drawings are required. Reproducible copies of these record drawings are also required. Government Furnished Property: There is no Government Furnished Property. 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. 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. Bond Requirements: In accordance with FAR 52.228-1 Bid Guarantee, 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 largest amount for which award can be made under the offer submitted, but in no case to exceed $3,000,000.00. The Offeror shall submit an electronic copy with the price proposal form and a hard copy of your bid bond must be submitted to the address listed in the title above, within three (3) days after the due date and time for receipt of proposals. Failure to submit a bid bond by the deadline will result in your proposal being removed from consideration. Performance and Payment Bonds are required from the awardee ten (10) calendar days after date of award. Site Visit: Date and Time: Tuesday, 9 August 2022, 11:00 EDT Location: Farrier Fire Fighting School, SDA Area, Naval Support Activity Hampton Roads, Naval Station Norfolk, Norfolk, Virginia Badging: Contractor personnel that do not have DBIDS access for Naval Station Norfolk must complete both SECNAV 5512 form and ODP spreadsheet (ATTACHMENTS E and F) and submit to jacqueline.harris1.ctr@navy.mil. Complete block 25 of SECNAV 5512 with the following base sponsor information: Jackie Harris, 757-341-1826. These requests must be submitted as soon as possible in order to ensure processing prior to the site visit date. If you are registered with DBIDS or after obtaining your one-day visitor's pass in accordance with Attachments E and F, all participating contractors shall proceed to Farrier Fire Fighting School, SDA Area, Naval Support Activity Hampton Roads, Naval Station Norfolk for sign-in at 11:00 a.m. This will be the ONLY Government scheduled site visit. Pre-Proposal Inquiries (PPIs): Offerors who determine that the technical and/or contractural requirements of this RFP require clarification(s) in order to permit submittal of a responsive proposal shall submit all questions in writing. PPIs must be submitted in writing on the attached Pre-Proposal Inquiry Form (ATTACHMENT G) to Naval Support Activity SDA Farrier Fire Fighting School Solicitation No.: N40085-22-R-2785 Hampton Roads, Naval Station Norfolk, Norfolk, Virginia Work Order No.: 1687051 4 Victoria Buela at victoria.c.buela.civ@us.navy.mil. The cutoff for PPIs is 14 days prior to proposal due date in order to process all inquiries by the proposal due date. Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment in Sam.gov. Proposal Due Date: 1 September 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 five (5) working days from receipt of solicittaion. A MACC awardee can only elect to withdraw from submitting a proposal on three (3) task order solicitations per contract year. Proposal Delivery Information: PROPOSALS SHALL BE EMAILED TO Victoria Buela at victoria.c.buela.civ@us.navy.mil. The offeror shall submit an electronic copy of the price proposal form and bid bond. A hard copy of each must be submitted within three (3) days to the below address after the due date of proposals. Failure to submit a bid bond by the deadline will result in your proposal being removed from consideration. Facsimile transmission of proposals, acknowledgements of admendments, or modifications to proposals are not authorized. Proposals may be sent via Federal Express (FedEx), United Parcel Service (UPS), and emailed* Mailing Address: ATTN: Victoria Buela Naval Facilities Engineering Command Mid-Atlantic Public Works Department Norfolk Facilities Engineering and Acquisition Division Building A81, 2nd Floor 9742 Maryland Ave. Norfolk, VA 23511-2609 *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 victoria.c.buela.civ@us.navy.mil. *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