Similar Projects
Air Conditioning Equipment and Direct Digital Control (Ddc) Systems Maintenance and Repairs at Various Locations, Oahu, Hawaii at Joint Base Pearl Harbor-Hickam and Outlying Areas
Term Contract
Design
Honolulu, Jbphh, Weloka, HI

Mililani Middle School- AC Efficiency Replacement
Renovation
Sub-Bidding
$5,000,000 CJ est. value
Mililani, HI 96789

Air Conditioning and Ventilation Systems Maintenance
Term Contract
Sub-Bidding
Honolulu, HI 96813

Maintenance & Repair of the Water Treatment, Energy Monitoring and Control System Services for the HVAC Equipment at Various Hawaii State Department of Education Schools & Other State Public Buildings
Term Contract
Post-Bid

Air Con & Ventilation Inspection, Maintenance & Repairs for HCDA
Term Contract
Post-Bid
Honolulu, HI 96813

Supply and Installation of New HVAC Equipment
Alteration
Results
$395,000 to $480,000 est. value
Honolulu, HI

Wahiawa Middle School - Various Building - Install Window Air Conditioning (A/C) Units Details
Alteration
Results
$40,000 est. value
Wahiawa, HI 96786

Mililani Middle School- AC Efficiency Replacement
Renovation
Sub-Bidding
$5,000,000 CJ est. value
Mililani, HI 96789

NAVFAC HI Camp Smith Install AC & Upgrade Lighting Elevator 52 Machinery Room
Term Contract
Post-Bid
$250,000 to $500,000 est. value
Aiea, Halawa, HI 96701

Keolu Elementary School - Install Window Air Conditioning Units
Alteration
Results
$320,000 est. value
Kailua, HI 96734

Leilehua High School - Various Building - Install Window Air Conditioning (A/C) Units
Alteration
Post-Bid
$30,000 est. value
Wahiawa, HI 96786

Pope Elementary School - Install Window Air Conditioning Units
Alteration
Results
$320,000 est. value
Waimanalo, HI 96795

Chemical Treatment of Cooling Tower(S) and Boiler(S) at Hawaii State Hospital (HSH)
Alteration
Post-Bid
$400,000 est. value
Kaneohe, HI 96744

Honowai Elementary - Electrical Upgrades and Air Conditioning for Portables
Alteration
Results
$25,000 to $750,000 est. value
Waipahu, HI 96797

Aikahi Elementary School - Install Window Air Conditioning Units
Alteration
Post-Bid
$320,000 est. value
Kailua, HI 96734

Last Updated 08/31/2022 08:07 AM
Project Title

Pacific Area Office Ventilator Replacement

Physical Address View project details and contacts
City, State (County) Honolulu, HI 96858   (Honolulu 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 $50,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Federal Emergency Management Agency (FEMA) is considering the issuance of a Fixed Price Contract to remove and replace (2) existing ventilators at the Region IX Pacific Area Office. Existing non-operational ventilators will be removed and replaced with upgraded (2) LOSSNAY Model: LGH-F470RX5-E1, allowing for adequate air flow exchange of the HVAC system. The following needs to be done: Qty (2) Material: LOSSNAY Ventilators (Model:LGHF470RX5E1) Qty (1) Labor: Administrative, Electrician, HVAC Technician Qty (1) Contingencies/Alter Period of Performance is 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Follow-on quarterly maintenance shall be scheduled and performed in three-month intervals within 1 year of date of award. The Contractor's responsibilities shall include providing all labor, equipment, tools, permits, license and insurance required to perform the tasks and services as set forth in the attached Statement of Work (SOW). The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for PAO HVAC services. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No. 2015-5689 (Rev.-18). NO SUBSTITUTIONS: The delivery location is FEMA Region IX Pacific Area Office located at 546 Bonney Loop, Building 520, Fort Shafter, Hawaii, 96858. The delivery date is 45 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). This solicitation is being issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items, in conjunction with Part 13, Simplified Acquisition Procedures. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2020-07). The NAICS Code and small business size standard for procurement are 238220 and $16.5M, respectively. This action is a small business set-aside. All vendors shall be registered and have an active unique entity identifier (UEI) and DUNS number in SAM.gov in order to quote. SUBMISSION INSTRUCTIONS: Each Quoter is requested to submit an electronic version of your business price quote. The electronic version shall be submitted to the Contract Specialist Terence Tanjong at Terence.Tanjong@fema.dhs.gov in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Submitted Quotes shall list two points of contacts including name, phone number, and email address. Electronic submission of your quote is due no later than 10am PST, Tuesday, September 06, 2022. ONSITE VISITATION / WALK- THROUGH: Please contact Leslie Mariano at Leslie.Mariano@fema.dhs.gov to coordinate the REQUIRED walk-through at FEMA Region 9, Pacific Area Office (PAO) 546 Bonney Loop, Ft. Shafter, HI. 96819 as soon as possible. Preferred days and times are Thursday or Friday, 7am - 2:30pm Due to COVID 19 our office is minimally staffed. When visiting we ask that you and your employees, please wear a mask. QUESTIONS: Questions regarding this solicitation shall be e-mailed to Terence.Tanjong@fema.dhs.gov which are due by 1:00 pm PST, Friday, September 02, 2022, Questions received after this time may not be considered. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): Tax Identification Number (TIN) SAMs UEI Number Contract Name Contact Email address Contract telephone and fax number Complete business mailing address The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as CPARS and FAPIIS to make this determination. Offerors must complete and submit the Contractor's Statement of Assurances. (See Attachment) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.209-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA AND BASIS FOR AWARD A single award will be made to the responsible offeror submitting an overall quote that is determined most advantageous to the Government, price and other factors considered. The following technical factors will be used to evaluate offers: Factor 1 - Technical Solution The Government will give preference to local offerors with the lowest price and have complied with the submission and evaluation requirements listed in this document as set forth in provisions FAR 52.226-3, 52.226-4 and 52.226-5. Factor 2 - Price Quoters shall complete full breakdown including labor, materials, Overhead, profit, etc. Factor 3 - Past Performance & Company Experience The submitted past performance experiences shall be of contractual work that is similar to the requirements set forth in this solicitation. The Quoter shall identify at least (2) contracts/task orders that demonstrate recent and relevant past performance. Past experience summaries shall be for projects completed in the last three years or currently in process, which are of similar size, scope, and complexity relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. The following information shall be provided for each referenced contract: a. Program title or product name b. Contract number c. Contract type d. Brief synopsis of work performed e. Brief discussion of how the work performed is relevant to this solicitation f. Contract Value The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.

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