Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

Y -- Design/Build closed loop geothermal heating and cooling HVAC system

Notice Date
6/3/2008
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-08-R-0003
 
Response Due
7/17/2008
 
Archive Date
9/15/2008
 
Point of Contact
Michael Mastalski, 860-524-4872
 
Small Business Set-Aside
N/A
 
Description
The Connecticut National Guard intends to issue a Request for Proposals to award a single, firm fixed price contract for the design and construction of a new closed loop geothermal heating and cooling HVAC system for building #22, Squadron Operations Facility, at Bradley Air National Guard Base, East Granby, Connecticut. The facility is approximately 18,200 square feet, single story, office and conference facility. The new geothermal system will include a well field, condenser water pumping and piping, above the cieling geothermal heat pumps, air distribution and controls. The exisiting electrical system will be modified as required. The anticipated performance period for design and construction is 200 calendar days after notice to proceed. The estimated price range is between $500,000 and $1,000,000. This procurement is being solicited using the two phase design build selection procedures in FAR 36.3. The phase one proposal closing date is on or about 17 July 2008. The source selection process will be conducted in accordance with FAR part 15 and DFARS part 215. Phase one evaluation factors include but are not limited to the offerors team past performance, basic techincal approach, and capability. Price is not required with phase one proposals. Following the review, evaluation, and rating of the phase one proposals, the Government intends to select a minimum of two but not more than five of the highest rated teams to advance to phase ttwo. The phase two evaluation factors include but are not limited to price, technical data, management plans, and a comprehensive design and construction schedule. Award will be unrestricted and is subject to the Small Business Competitiveness Demonstration Program FAR 19 (C)(2). The notice of price evaluation preference for HUBZON small businesses concerns in accordance with FAR 52.219-4 is applicable. The NAICS code is 238220 and the small business size standard is $13.0 Million. A small business subcontracting plan will be required of a large business that is selected for phase two and must be submitted with the phase two offer. The solicitation package will be issued via the web only. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov You will need your DUNS number and CCR MPIN in order to login to the Online Representations and Certifications Application (ORCA).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef8a3b7cb474aeebec02f9d87d5ad2b2&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3706
 
Record
SN01586063-W 20080605/080603220735-ef8a3b7cb474aeebec02f9d87d5ad2b2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.