Similar Projects
Construct Chiller Plant Project Chalmers P. Wylie VAACC - Columbus
Renovation - 5,180 SF
Sub-Bidding
$20,000,000 CJ est. value
Columbus, OH 43219

HVAC and Mechanical Products
Term Contract
Post-Bid

HVAC and Mechanical Products and Solutions
Term Contract
Post-Bid

HVAC Maintenance and Repair Services
Results
Columbus, OH

Ohio National Guard Controlled Humidity Protection
Results
$50,000 to $80,000 est. value
Columbus, OH 43235

DFAS Replace AHUS
Term Contract
Post-Bid
Whitehall, OH 43213

Hilliard Darby High School Cooling Tower Replacement
Results
Hilliard, OH 43026

Replacement of Chillers #2 and #3 at DFAS
Term Contract
Post-Bid
Columbus, Whitehall, OH 43213

MMP Tower HVAC Plan
Results
$745,000 est. value
Columbus, OH 43221

CSC-21501 Maintenance of HVAC, Plumbing and Emergency Power Supply (EPS) Systems
Term Contract
Post-Bid
Whitehall, OH 43213

HVAC Repair Services
Results
$1 to $50,000 est. value
Columbus, OH

Oil Cooler
Alteration
Post-Bid
Lockbourne, OH

HVAC Replacement - Hilliard Branch
Results
Hilliard, OH 43026

J041--Quarterly Maintenance (4 York Chillers)
Term Contract
Post-Bid
Columbus, OH 43219

Northland High School 25 Ton AC Replacement for AHU 14
Results
Columbus, OH 43229

Last Updated 08/23/2022 12:02 AM
Project Title

CSC-20049 Water Heater (Solar) Improvements Building 11

Physical Address View project details and contacts
City, State (County) Columbus, OH 43213   (Franklin County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Defense Logistics Agency, Defense Supply Center/DLA Land and Maritime, Columbus Ohio has a requirement for Safety Improvements located at the Defense Supply Center Columbus, Ohio. This procurement is issued as a 100% small business set aside. The NAICS for this requirement is 238220. The Small Business size standard for this requirement is $16,500,000.00. The award will be a firm fixed contract. Award will be based on the lowest evaluated price of the technically acceptable proposal meeting all of the solicitation requirements from responsible offerors with acceptable past performance. There will be one award made for this project. Award may be made without discussions. The following summary is for the purpose of general information and is not intended to include or describe every feature or item or to define the scope of work. It is expected that prospective contractors will attend the site visit, review solicitation documents, and thoroughly familiarize themselves with the project prior to submitting a proposal. PROJECT SCOPE INFORMATION: The contractor shall furnish all plant, labor, equipment, materials, supplies, testing and supervision required in performing all operations in conjunction with this project in strict accordance with the specifications (CSC-20049 (Water Heater (Solar) Improvements Bldg 11) , contract drawing No. 4-584, complete and subject to the terms and provisions of this contract. Contractor shall perform the following work to complete this project. CONTRACT DRAWINGS: The contract drawings indicate the extent and general arrangement of the existing facilities, new work, materials and equipment installations. If any departures from the contract drawings, other than minor adjustments, are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Contracting Officer or their authorized representatives soon as practicable for approval. No such departures shall be made without the written approval of the Contracting Officer. BASIS OF AWARD: The Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Note that offers that are not technically acceptable cannot be selected, regardless of price. Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of: 1. Past Performance; 2. Technical Construction Capability; and 3. Technical Qualifications of Proposed Staffing. Offerors submitting proposals must comply with the requirement to provide information detailed in solicitation Sections L and M - DOCUMENTATION OF TECHNICAL ACCEPTABILITY with their proposals. NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror's technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. Details of workmanship shall be in accordance with the highest standards and best practices of the respective trade as recognized by respective contractor's association. Only qualified tradesmen or mechanics shall be assigned to do the work required by this contract. At no time shall the work be accomplished by apprentices or laborers without the supervision of a journeyman or higher level supervision. Contractor personnel will not require a secret clearance. The contract will be required by law to pay prevailing Davis Bacon Act wage rates for all work awarded under the contract. The Defense Supply Center Columbus is located in Franklin County, Ohio. PERIOD OF PERFORMANCE: All work associated with the performance of this project must be completed within 540 calendar days after issuance of the Notice to Proceed. One preproposal conference/site visit is scheduled for this project and is scheduled for 10:00 AM local time on 01 August 2022. All individuals wishing to attend will be required to request Center access no later than 72 hours prior to the site visit date. Additionally, in order for one to be allowed on DSCC, he she must have a badge, or submit his or her information, via the DBIDS Pre-enrollment site. It breaks down to a two-step process. Step 1: follow this URL and complete the questions, a confirmation code will be generated; and DBIDS Pre-Enrollment (dmdc.mil) Step 2: Send me the confirmation code. Once I receive the confirmation code, I can submit your visitor badge request to Pass & ID. Your Visitor Badges will need to be picked up the morning of the meeting (03 FEB), from the Visitor Center (Pass & ID). I don't know how familiar you are with DSCC, but sometimes search engines direct people to the old front gate. Visitor Center Address: 401 N. Yearling Road Columbus, OH 43213 Those individuals wishing to attend must provide their name and corporate affiliation alone with the DIBS code provided to William.Hurley@dla.mil by email. The Defense Supply Center is a secure facility and individuals who do not preregister will not be granted access. Registered participants cannot bring unregistered personnel on center with them. Individuals will need to enter the Center through the Visitor Processing Center located at the DSCC Main Entrance, 401 N. Yearling Road, Whitehall, OH 43213. Valid federal or state issued photo identification will be required. Anyone attempting to use state issued identification from any state not in compliance with the Real ID Act of 2005 will be denied access to the DSCC Center. Beginning on January 30, 2017 certain state ID's may not be accepted for access to DSCC due to non-compliance of the Real ID Act of 2005. The Real ID Act of 2005 and Department of Homeland Security (DHS) Guidance (lead for REAL ID enforcement) prohibits Federal agencies (includes DoD) from accepting drivers' licenses and state identification cards from non-compliant states. The Act was enacted to implement the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance...of sources of identification, such as driver's licenses." It established minimum security standards for license issuance and production and assigned responsibility for determining whether a state is meeting these standards to the Department of Homeland Security (DHS). For more information on the Real Act of 2005 and a list of compliant and non-compliant states please go to the following DHS website: https://www.dhs.gov/current-status-states-territories. Questions concerning this requirement must be submitted no later than 11:00 AM local time on 8 August 2022. The solicitation will close at 1:00 PM (Eastern) on 22 August 2022. MAGNITUDE OF THIS CONSTRUCTION PROJECT IN TERMS OF ESTIMATED COST: ( ) This Project is estimated less than $25,000. ( ) This Project is estimated between $25,000 and $100,000. ( ) This Project is estimated between $100,000 and $250,000 . ( ) This Project is estimated between $250,000 and $500,000 . ( ) This Project is estimated between $500,000 and $1,000,000 . (X) This Project is estimated between $1,000,000 and $5,000,000 . ( ) This Project is estimated between $5,000,000 and $10,000,000. ( ) More than $10,000,000. *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