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

Jack Trice Stadium - 3rd Level Press Box - Cooling Units
Alteration
Results
$85,400 est. value
Ames, IA 50011

Administrative Services Building HVAC System Conversion
Alteration
Results
$2,049,650 est. value
Ames, IA 50011

Boiler Tube Spray Coating and Related Services for Power Plant
Term Contract
Post-Bid
Ames, IA 50010

Union Drive Community Center Various Heating, Cooling and Insulation Repairs
Renovation
Post-Bid
$200,000 CJ est. value
Ames, IA 50012

CyRide HVAC Improvements, Phase III Project
Renovation
Post-Bid
$452,770 CJ est. value
Ames, IA 50011

Time and Material (NTE), Commercial HVAC/Sheet Metal Contracting
Term Contract
Post-Bid
Ames, IA 50010

Story County Human Services Center HVAC Equipment Replacement REBID
Renovation
Results
$400,000 CJ est. value
Ames, IA 50010

Replace Scroll Water Chiller (Reiman Gardens Conservatory)
Renovation
Post-Bid
$70,000 CJ est. value
Ames, IA 50011

Cyride 2023 HVAC Improvement Project
Renovation
Results
$534,750 CJ est. value
Ames, IA 50011

Supply and Install AAon Steam Coils
Renovation
Post-Bid
$500,000 CJ est. value
Ames, IA 50010

Jack Trice Stadium-2nd Level Press Box-Cooling Units
Renovation
Post-Bid
$87,100 CJ est. value
Ames, IA 50011

2023 PPW Piping Repair Project
Renovation
Post-Bid
$250,000 CJ est. value
Ames, IA 50010

ISU Child Care Center at Veterinary Medicine-Improvements
Renovation
Results
$445,711 CJ est. value
Ames, IA 50011

Repair Steam Leak at USDA Laboratory Facility
Renovation
Sub-Bidding
$100,000 CJ est. value
Ames, IA 50010

Last Updated 08/05/2023 10:09 PM
Project Title

Building 154 - Boiler Controls 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 Sub-Bidding, Request for Qualifications, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0138 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04 effective June 2, 2023. This solicitation is a Total Small Business set aside. The associated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a small business size standard of $12.5 million. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Building 154- #5 Boiler Controls Replacement, 1 job $ Description of Work: The USDA National Centers for Animal Health, 1920 Dayton Ave, Ames, IA, 50010 has a requirement to remove the existing controls on the #5 Boiler and install, setup, and commissioning new controls on the #5 Boiler. Contract Period of Coverage: 365 days after receipt of award. Vendor shall be responsible for supervising all operations under their responsibility. This would include the maintenance and safety of all vendor owned equipment, supplies and personnel. The contractor shall perform all work in accordance with the Statement of Work. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA National Centers for Animal Health, 1920 Dayton Ave, Ames, IA, 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Period of Performance is 365 days after receipt of award. Site Visit: Organized site visits are scheduled for July 25, 2023 at 10:00 AM Central Time (CT) and July 26, 2023 at 1:00PM CT. 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 2:00 PM CT on July 24, 2023. Pre-register by emailing melissa.grice@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. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services. Submission of proposal shall include the following: (1) Technical and (2) Price. All responses shall be submitted electronically to melissa.grice@usda.gov The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation--Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. Technical acceptability will be evaluated based on company experience (minimum of 5 years' experience providing services as described in the Statement of Work). The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Reference the attached Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Contractors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically. Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM CT on July 25, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. 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 Contract 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. The contractor shall provide all necessary labor, parts, and materials to remove and dispose of the existing programable logic controllers, input modules, output modules, HMI/panel view, ethernet switch, power supply, fireye flame safeguard controller and pneumatic actuator for the combustion air damper. All waste products shall be disposed of in accordance with all Federal, State and Local codes. Contractor shall supply weight and type of all material recycled and weight and type of all material sent to landfill. The contractor shall provide all necessary programming, labor, parts, and materials to install new programable logic controllers, input modules, output modules, HMI/panel view, ethernet switch, power supply, fireye flame safeguard controller and pneumatic actuator for the combustion air damper. The contractor shall modify the cabinet enclosure as needed to accommodate installation of the new control system. The contractor shall rewire the existing cabinet as needed to accommodate installation of the new control system. The contractor shall provide all necessary tuning and retesting of the #5 Boiler for both natural gas and fuel oil. The contractor shall download and replicate the existing program for the #5 Boiler. The contractor shall turnover an electronic copy of the programming of the controllers to the USDA, coordinate turnover with the COR. The contractor shall replicate the communication and control between the Plant Master and #5 Boiler. The contractor shall ensure that #5 Boiler's firing rate can be controlled locally at the boiler and remotely from the Plant Master

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