Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOLICITATION NOTICE

J -- B348 CDC Chiller

Notice Date
6/4/2025 1:07:01 PM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FA3022 14 CONS LGCA COLUMBUS MS 39710-0001 USA
 
ZIP Code
39710-0001
 
Solicitation Number
FA302225R0002
 
Response Due
6/10/2025 1:00:00 PM
 
Archive Date
06/25/2025
 
Point of Contact
Amn Eric C. Smith, Phone: 6624347270, Daniel Stilts, Phone: 6624343740
 
E-Mail Address
eric.smith.185@us.af.mil, daniel.stilts@us.af.mil
(eric.smith.185@us.af.mil, daniel.stilts@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 02: RFI answers are posted in the SAM.gov 1. Compatibility of Existing Low-Pressure Ductwork with New VAV System: The SOW specifies a new VAV system tied into existing ductwork at the mechanical room wall. However, the existing system is low-pressure, while standard VAV designs typically require medium-pressure ductwork. Although RFI #13 confirms the ductwork is to remain, this does not address how the performance discrepancy will be mitigated. Could you please confirm whether the Government intends to retain the low-pressure distribution system and, if so, whether the VAV system should be adapted to operate within those limitations? The Government intends to retain the existing low pressure ductwork. The air handling system needs to be adapted to handle this situation. 2. Heating Water Supply to VAV Terminal Units: The VAV boxes are noted to include reheat coils, yet the scope does not mention extending the heating water loop to serve them. Without local reheating capability, space temperature control would be limited, as supply temperature modulation at the AHU cannot independently serve multiple zones. We respectfully ask whether hot water piping should be extended to each new VAV terminal unit or if another reheat method is expected. Extend heating water loop to serve all VAV boxes. 3. Clarification on the �Main Activity Room� Inclusion: The 2020 record drawings identify a �Main Activity Room� not referenced in the solicitation drawings or AHU coverage notes. While RFI #19 states that the HVAC footprint has not changed, this does not confirm whether this space is to be conditioned under the current project. Could you please confirm whether the Main Activity Room is included in the scope of work for the new HVAC system? The main activity room is part of the youth center annex and is served by a separate HVAC system that is not covered in this project. Amendment 01: RFI answers are posted in the SAM.gov attachments. The purpose of this amendment is to: 1. Extend solicitation due date from 02 June 25 to 10 June 25. 2. Edit section M to adjust past performance threshold from $1,000,000.00 to $500,000.00. 3. All other terms and conditions remain unchanged. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- The Contractor must provide all plant, labor, equipment, transportation, and tools required to replace, modify, and upgrade mechanical equipment of B348. The intent of this project is to replace all mechanical and plumbing equipment in the mechanical room/yard, except for the boiler and water heater. Perform all work according to this Statement of Work (SOW), the Concept Design Drawings, and all related AF requirements and other codes and references. The work required in this project includes, but is not limited to, replacement of the chiller, air handler, piping, insulation, pumps, and related electrical components. A full recommissioning and testing, adjusting, and balancing of the HVAC system will also be required under this contract. Site Visit, RSVP, and Base Entry: The Government invites you to a site visit on Monday, 12 May 2025 at 2:30 PM CST. Attendance is highly encouraged but not mandatory. Please note that registration is required by 2:00 PM CST on 07 May 2025. To register, please email the POC requesting the DoD Safe drop-off link to securely upload the Entry Authorization Listing (EAL) document. If you do not contact the POC by 2:00 PM CST on 07 May 2025, you will not be able to attend the site visit. Identification: All attendees must bring a valid photo ID. Vehicle Requirements: If driving, please ensure the driver has driver's license, vehicle registration, and proof of insurance. Additional Info: All RFIs must be submitted NLT 3:00 PM CST, on 15 May 2025. IAW FAR 36.204(e) - The range of magnitude for this procurement is between $500,000 and $1,000,000. NOTE: Contractors/Offerors must complete CUI Training Slides; sign and return the ""MFR Contractor CUI Training Acknowledgment for Solicitations"" to gain access to drawings and other associated CUI documentation. Once the POC has received your signed MFR, please request access to the locked documents through SAM.gov. Your MFR will be reviewed and access to the lock SAM.gov documents will be granted accordingly. Proposals will be submitted electronically.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f0e6d900c2a4d9e9d865f4ee94e1675/view)
 
Place of Performance
Address: Columbus, MS 39710, USA
Zip Code: 39710
Country: USA
 
Record
SN07465477-F 20250606/250604230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.