Similar Projects
Willoughby Early Childhood Center - Replace HVAC System - Norfolk Public Schools
Renovation
Conception
$1,300,000 CJ est. value
Norfolk, VA 23503

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

Rogers HVAC Replacement
Alteration
Results
Norfolk, VA 23508

Last Updated 09/24/2022 01:32 AM
Project Title

Mid Atlantic Regional Maintenance Center (MARMC) LF-18 and CEP-200 Air Handling Unit Replacements

Physical Address View project details and contacts
City, State (County) Norfolk, VA 23510   (Norfolk City County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $700,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Amendment 9/22/2022 - Extend proposal due date to 3PM EST 26 Sept 2022. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, using FAR 13 Simplified Acquisition Procedures in accordance with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on SAM.gov. The RFQ number is N50054-22-Q-0124. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-07 and DFARS Publication Notice 20220826. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 238220 and the Small Business Standard is 16.5 million. This procurement is a 100% small business set-aside. The Small Business Office concurs with the set-aside determination. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing all requirements listed in the Statement of Work (SOW) and supporting documentation attached to this announcement. Required Period of Performance: 30 Sept 2022 - 29 March 2023 Delivery/Service Location (s): Commander, Mid-Atlantic Regional Maintenance Center ATTN: TBD Naval Station Norfolk, BLDG LF-18 9727 Avionics Loop Norfolk, VA. 23511 2. Commander, Mid-Atlantic Regional Maintenance Center ATTN: TBD Naval Station Norfolk, BLDG CEP-200 9170 Second Street Norfolk, VA. 23511 The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Aug 2020) 52.204-20 Predecessor of Offeror 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.217-7 Option for Increased Quantity-Separately Priced Line Item 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.232-29 Terms for Financing of Purchases of Commercial Items 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Representation 52.219-33 Non-Manufacturer Rule 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-35 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 252.211-7003 Item Unique Identification & Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.243-7999 Section 3610 Reimbursement (DEVIATION 2020-O0021) 252.244-7000 Subcontracts for Commercial Items 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.246-7008 Sources of Electronic Parts 252.247-7023 Transportation of Supplies by Sea Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. This announcement will close at 3PM on September 21, 2022. Contact Cindy Sampson who can be reached at email cindy.t.sampson.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. TITLE: CLIMATE PERFORMANCE CHANGER (AIR HANDLER UNIT - AHU) REPLACEMENT(S) PERIOD OF PERFORMANCE: 09/30/2022-03/29/2023 PLACE OF PERFORMANCE: 1) Naval Station Norfolk 2) Naval Station Norfolk 9727 Avionics Loop Building CEP-200 Norfolk, VA. 23511 9170 2nd Street BLDG. LF-18 Norfolk, VA. 23511 DESCRIPTION OF WORK (Place of Performance #1, LF-18, 1 AHU): As part of the Building LF-18 Heating, Ventilation, and Air Conditioning (HVAC) Sustainment Plan - MARMC Facilities has a requirement for replacement of a Climate Performance Changer (Air Handler Unit - AHU) that is no longer within the service life expectancy, no factory support, parts are no longer available and the best estimated age of the existing AHU is 30 plus years. Combined with the unit's age, lack of factory support and parts availability creates a vulnerability for failure in the habitability for employees of Building LF-18. A. Remove and dispose of existing Air Handling Unit (AHU) located approximately 20 feet in the overhead above the Transportation office. 1. Contractor shall be responsible for disconnecting and isolating electrical, mechanical and plumbing associated with AHUs removal. Contractor shall utilize proper OSHA Log Out/Tag Out procedures. 2. Contractor shall remove and reinstall drop ceiling as required to include the removal / re-installation of lighting. Replace damaged and/or stained ceiling tiles with new tiles as required. 3. Contractor shall provide for the removal of asbestos containing material as required in accordance with all applicable local, state and federal regulations governing the removal and abatement of asbestos containing materials. Contractor shall provide all OSHA required personal air monitoring, third party project monitoring, and disposal at an EPA and State approved landfill. Contractor shall provide all OSHA required documents pertaining to the removal of asbestos. NOTE: Asbestos removal pending test results provided by NAVFAC Asbestos Program Office B. Procure, deliver and install a new AHU consistent with existing unit and/or a unit that provides the optimum BTUs for approximately 3000 square feet to include office space on first and second floor. 1. Existing Transportation AHU Information a. Model #: / Manufacturer - Unknown b. Serial #: Unknown c. Size - Unknown NOTE: No known marking or technical data plates found on existing unit 2. Install new AHU in same location and/or close proximity as the old AHU approximately 20ft. in the overhead. 3. Provide and install multi-zone thermostats and/or zone sensors and place in the optimum location for unit efficiency. 4. Provide all electrical, mechanical and plumbing connections to the newly installed AHU. a. Provide and install replacement chill water and steam shut-off valves at the unit. b. Reconfigure and/or rework the chill water and steam piping for proper connections at the unit as required. 5. Reconfigure and/or rework supply and return ducting as required. 6. Replace and install old flex duct lines from unit to each supply diffuser as required

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