Search Contract Opportunities

Chiller Repairs at Wright-Patterson Air Force Base   2

ID: W912QR20R0065 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP). W912QR20R0065 for the repairs to the chiller system for building 620 (Area B) at Wright-Patterson Air Force Base, OH.

The U.S. Army Corps of Engineers, Louisville District has a requirement from the Wright-Patterson Air Force Base (WPAFB) customer to make repairs to the chiller systems at Building 620 in Area B at WPAFB, OH. This project is to replace three 1100 ton Chillers, chilled water pumps, condenser water pumps, and electrical supplies. Provide variable speed drives for Chiller and Condenser Pumps. Install new refrigerant monitoring system, chilled water manager system control panel, building management system integration and control panel, suction and discharge headers on the chiller pump, balancing valves, and centrifugal water separators in the chiller room. Install automated exhaust fan, updated water softening system, HVAC (heating, ventilating, and air conditioning) unit, make-up water piping, emergency eye wash station, and lightning protection in the chemical treatment building. Replace three cooling towers (above basins), three sluice gates, repair reinforced concrete basin wall/piers, and install new isolation valves, necessary upgraded electrical, and lightning protection in the cooling tower area.

The Contract Duration is four-hundred and twenty (420) calendar days from Notice to Proceed.
TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238220.
TYPE OF SET-ASIDE: This is a full and open procurement. In accordance with Federal Acquisition Regulation 19.1307, this project requires the HUBZone 10% price evaluation.

SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Past Performance, Technical, Small Business Participation, and price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to price.

DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5 million and $10 million in accordance with FAR 36.204.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 20 July 2020. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to Beta.SAM.gov
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, Beta.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at Beta.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Josh Westgate@josh.k.westgate@usace.army.mil

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Overview

Response Deadline
July 20, 2020, 1:00 p.m. EDT Past Due
Posted
July 2, 2020, 10:22 a.m. EDT
Set Aside
None
Place of Performance
Wright Patterson AFB, OH United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
Signs of Shaping
63% of similar contracts within the Department of the Army had a set-aside.
On 7/2/20 USACE Louisville District issued Presolicitation W912QR20R0065 for Chiller Repairs at Wright-Patterson Air Force Base due 7/20/20. The opportunity was issued full & open with NAICS 238220 and PSC Z2PZ.
Primary Contact
Name
Joshua Westgate   Profile
Phone
(502) 315-6207

Documents

Posted documents for Presolicitation W912QR20R0065

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR20R0065

Contract Awards

Prime contracts awarded through Presolicitation W912QR20R0065

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR20R0065

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR20R0065

Experts for Chiller Repairs at Wright-Patterson Air Force Base

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
Aug. 4, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 4, 2020