Similar Projects
New A/C Unit for Ft Dodge
Renovation
Design
$100,000 CJ est. value
Anamosa, IA 52205

Public Safety Facility HVAC System Repairs
Renovation
Sub-Bidding
$145,000 CJ est. value
Cedar Rapids, IA 52404

HVAC Replacement at Power Plant
Renovation
Sub-Bidding
$190,000 CJ est. value
Ames, IA 50010

Camp Dodge S-52 HVAC and Lighting Upgrades
Alteration
Post-Bid
Johnston, IA

Evans Middle School Gym and Auditorium HVAC
Alteration
Post-Bid
Ottumwa, IA 52501

Boone CSD High School HVAC Upgrades
Alteration
Results
$2,300,000 to $2,600,000 est. value
Boone, IA 50036

Law Enforcement Center Rooftop Mechanical Replacement
Alteration
Results
Algona, IA 50511

Burlington High School - Phase 1 ESSER
Alteration
Post-Bid
Burlington, IA 52601

HVAC and Electrical Improvements - Classrooms
Alteration
Results
Moravia, IA

IWCC - Looft Hall AHU Replacement
Alteration
Post-Bid
Council Bluffs, IA 51503

Rooftop Unit Replacement and Control Upgrades
Alteration
Results
Jesup, IA

Removal and Replacement of AHU-1 Chilled Water Coils
Alteration
Post-Bid
$25,000 to $100,000 est. value
Ames, IA 50010

Anamosa High School and Strawberry Hill Elementary HVAC Upgrades
Alteration
Results
Anamosa, IA 52205

Burlington CSD High School
Renovation, Alteration
Post-Bid
Burlington, IA 52601

Clarke CSD High School and Middle School Gyms HVAC Replacement
Alteration
Results
Osceola, IA 50213

Last Updated 06/20/2023 02:04 AM
Project Title

Building 154 South Steam Header Bypass Valve Replacement

Physical Address View project details and contacts
City, State (County) Ames, IA 50010   (Story County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $45,864 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jun 15, 2023 Contract Award Number: 12505B23P0112 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: LZL3J61WVEY5 Contractor Awarded Name: SHEKAR ENGINEERING PLC Contractor Awarded Address: Des Moines, IA 50310 USA Base and All Options Value (Total Contract Value): $45,864.30 The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace the building 154 south steam header bypass valve at the National Centers for Animal Health in Ames, Iowa. Solicitation 12505B23R0004 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 and 36 and will be incorporated in the awarded firm-fixed price order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238220, Plumbing, Heather, and Air Conditioning Contractors. The small business size standard is $19.0 million. Magnitude of Construction is between $25,000 and $100,000. Period of performance is 60 days after receipt of the Notice to Proceed. Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Site Visit: Organized site visits are scheduled for April 11, 2023 at 1:00 PM Central Daylight Time (CDT) and April 12, 2023 at 10:00 AM CDT. The site visit will be held at the project location. The same information will be provided at all site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 3:00 PM CDT on April 10, 2023. Pre-register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response will be sent confirming your registration. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@usda.gov. Questions must be submitted no later than 4:00 PM CDT on April 19, 2023. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. Interested offerors must be registered in the System for Award Management (SAM). To register, go to www.sam.gov. Instructions for registering are on the web page (there is no registration fee). The solicitation and associated information will be available only from the Contract Opportunities page at sam.gov. This solicitation is NOT an invitation for bids and there will be NO formal public bid opening. All inquiries must be in writing via email to the persons specified in this solicitation. All answers will be provided in writing via posting to the web. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to Contracting Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquisitions/.trated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements, specifications and/or drawings, submit a written RFI to josh.dobereiner@usda.gov. The subject line of the email must read 'RFI - 12505B23R0004'. RFIs must be specific identifying section, paragraph and page no. of the specifications or cite the drawing number and must be in question format. All RFIs submitted shall include the solicitation number and title, contractor name, city, state, telephone, email address, date submitted, and the RFI question(s). RFI responses will be posted to www.sam.gov as necessary in amendment format. Deadline for submission of RFIs for this solicitation is 4:00 PM CDT on April 19, 2023. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. *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