Similar Projects
Downtown Custodial Services
Term Contract
Design
Denver, CO 80202

RFP - EV Charging Stations
Term Contract
Sub-Bidding
Denver, CO 80202

Tree and Shrub Maintenance
Term Contract
Sub-Bidding
Denver, CO 80202

Street Improvements and Ancillary Infrastructure Repairs
Term Contract
Post-Bid
$50,000 CJ est. value
Denver, CO 80202

1202Rz22q0002 - I-Bpa (Incident-Blanket Purchase Agreement) - Portable Toilets And Handwashing Stations
Term Contract
Post-Bid
Lakewood, CO

Facilities Trash Services
Term Contract
Results
$420,647 CJ est. value
Denver, CO 80202

RFQ - Clermont Underground Storage Tank Inspection and Testing - 554
Term Contract
Pending Verification
Denver, CO 80220

Golf Course Supplies
Term Contract
Sub-Bidding
Denver, CO 80202

Carpet Cleaning Services for Metro Area State Buildings
Term Contract
Post-Bid
Denver, CO 80202

District Wide Custodial Services
Term Contract
Sub-Bidding
Denver, CO 80202

Unleaded Gasoline
Term Contract
Post-Bid
Denver, CO 80202

Heating, Ventilation, and Air Conditioning Services - Rwhtf, Ntp, and Ancilliary
Term Contract
Sub-Bidding
Denver, CO 80202

R4 Type II Aggregates
Term Contract
Post-Bid
Denver, CO 80202

QLE Updates to 15 ECE Playgrounds
Term Contract
Sub-Bidding
Denver, CO 80202

Large Generator Preventative Maintenance and Repairs
Term Contract
Post-Bid
Denver, CO 80202

Last Updated 07/26/2023 01:01 AM
Project Title

Annual and 5-Year Chiller Maintenance at Denver ATCT and TRACON

Physical Address View project details and contacts
City, State (County) Denver, CO 80249   (Denver County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This Solicitation (SIR) is for Annual and 5-Year Chiller Maintenance Services for the Denver Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control Facility (TRACON) located in Denver, CO to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-23-R-00442. This acquisition is set aside for small business. The principal North American Industry Classification System (NAICS) code applicable to this effort is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The resulting award will be Firm-Fixed Price Contract. A Site Visit will be held on Thursday, June 15, 2023 at 9:00 am Local Time at the TRACON. Please email me with the names of those attending and the name of the company they are representing no later than Wednesday, June 14, 2023 by 12:00 noon Central Time. Each company will be limited to two (2) total attendees. The address to the FAA TRACON is 26705 E. 68th Ave, Denver, CO 80249. Please document all your questions while at the site visit and submit them to Jennifer J Davis (jennifer.j.davis@faa.gov) via email by the date and time as directed below. Questions will not be answered during the site visit. Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contracting Officer, at jennifer.j.davis@faa.gov no later than 11:00 am Central Time on Tuesday, June 20, 2023. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Thursday, June 22, 2023. All responses must reference the solicitation number (697DCK-23-R-00442) and be submitted to the following email address: jennifer.j.davis@faa.gov. SA18 PROPOSAL CONTENT Submission of Offer. An Offeror shall submit an offer which shall include the following. Proposal (Provide 1 copy). NOTE: The contractor's proposal shall include: [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken [ ] Signed SOLICITATION, OFFER, AND AWARD form (amendments if issued) [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data) The FAA does not follow the FAR therefore submission of your SAM registration with clauses does not meet this requirement. [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Part I, Section H, SW.H-1 Insurance Requirements Schedule. [ ] No less than three (3) Past Experience References of similar work (e.g. must be chiller maintenance services of a similar size and scope) within the past five (5) years to the requirements in this SIR. [ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that show completion of similar work, e.g. must be chiller maintenance work of a similar size and scope to the requirements in this SIR. SA56 EVALUATION FACTORS FOR AWARD - SERVICES The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions. The Government reserves the right to award on initial offers without discussions or to conduct one-on-one discussions with one or more offerors to clarify issues relating to scope, pricing, and responsibility. Proposals shall be evaluated as either 'acceptable' or unacceptable' on the basis of the following criteria: A. Past Experience. Provide a list of at least three (3) successful contracts that provided chiller maintenance services within the past five (5) years. Specifically identify projects of similar scope and complexity as described in the Scope of Work in this solicitation. Be specific and provide details. For each project address the following points: a) Project Title, description and contract number b) Client names, phone numbers, and contact person c) Dollar Value d) Scope of Work in detail e) Percentages of work subcontracted and nature of that work f) Award and Completion dates g) Any contractual issues or technical matters disputed, and resolution thereof h) Any claims and resolution thereof (i.e., nature, number dollar value) i) Any relevant information that would reflect on the offeror's ability to meet schedule constraints Standard for Review: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past five (5) years similar to the current requirement. The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination. B. Past Performance. An Offeror is required to have at least three (3) CSS from third party references completed and submitted directly to Jennifer J Davis at jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-3. Standard for Review: At least three (3) CSS must be received from third party references before the solicitation deadline with an average rating of Good or higher. The FAA reserves the right to contact customers listed as references and conduct a CSS by telephone in the event there is insufficient competition due to the lack of surveys received. If the Contractor does not have an applicable performance history, then within the cover letter the Contractor must indicate the reason for such absence of past performance history and provide a proposed project management plan to ensure the quality of the services to be performed. Keep in mind that the FAA may use information other than that provided by the Contractor in connection with this solicitation. Any negative customer review that is verified by the CO may deem the proposal unacceptable and will be rejected from further consideration. CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I - SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. If full pricing is not received, the proposal will be deemed unacceptable. (End of Provision) Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (June 29, 2023). Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL (jennifer.j.davis@faa.gov). NO PHONE CALLS WILL BE ACCEPTED. Amendment 0002 - The purpose of this amendment is to add another site visit. Two Site Visits will be held, one on Friday, June 23, 2023 and the other on Thursday, June 29, 2023, both at 9:00 am Local Time at the TRACON. Please email me with the names of those attending and the name of the company they are representing no later than 12:00 noon Central Time on Thursday, June 22, 2023 for the Friday site visit and no later than 12:00 noon Central Time on Wednesday, June 28, 2023 for the Thursday site visit. Each company will be limited to two (2) total attendees. The address to the FAA TRACON is 26705 E. 68th Ave, Denver, CO 80249. Please document all your questions while at the site visit and submit them to Jennifer J Davis (jennifer.j.davis@faa.gov) via email by the date and time as directed below. Questions will not be answered during the site visit. The milestones are updated as follows: MILESTONES Site Visit Attendee List due - 6/22/23 by 12:00 noon CT Site Visit - 6/23/23 at 9:00 am Local Time Site Visit Attendee List due - 6/28/23 by 12:00 noon CT Site Visit - 6/29/23 at 9:00 am Local Time Questions due - 7/6/23 by 11:00 am CT Answers out - 7/11/23 by 2:00 pm CT Proposals due - 7/18/23 by 2:00 pm CT All submissions must be received no later than 2:00 pm Central Time on Thursday, July 18, 2023. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted. The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - 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