Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

Z -- Haines New Boiler Project

Notice Date
10/13/2021 11:18:46 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0122R0001
 
Response Due
10/27/2021 11:00:00 AM
 
Archive Date
11/11/2021
 
Point of Contact
Mark Mitchell, Phone: 5092793891, Amy Heusser, Phone: 9072713741
 
E-Mail Address
mark.mitchell@gsa.gov, amy.heusser@gsa.gov
(mark.mitchell@gsa.gov, amy.heusser@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation No. 47PL0122R0001 Description:� Pre-solicitation Notice:� Design Build New Boiler System at the Dalton Cache Land Port of Entry (LPOE), more informally known as the Haines Border Station, it is located at Mile 42 Haines Highway, Haines, Alaska. The General Services Administration (GSA), Region 10 announces an opportunity for Design-Build for a New Boiler System at the Dalton Cache Land Port of Entry (LPOE), more informally known as the Haines Border Station, it is located at Mile 42 Haines Highway, Haines, Alaska. �The Solicitation will be all-electronic including amendments.� All documents will be posted on the https://SAM.gov website, with secure access required for Controlled Unclassified Information - Building documentation.� Access requirements will be provided in the Solicitation. NOTE: GSA PBS Region 10 will NOT maintain a manual list of interested vendors. Project Background/Description:� The General Services Administration has a requirement for design-build construction services for New Boiler System at the Dalton Cache Land Port of Entry (LPOE), more informally known as the Haines Border Station, it is located at Mile 42 Haines Highway, Haines, Alaska. The Dalton Cache Land Port of Entry (LPOE), more informally known as the Haines border station, is located at Mile 42 Haines Highway Haines, Alaska. The Haines border station, built in 1979, was designed to meet the specific mission requirements of a border station and is occupied by Customs and Border Protection (CBP). The Haines border station is connected by a road which initially transitions through western Canada but eventually leads to the interior of eastern Alaska. The facility is composed of 3 buildings: a residence, a storage shed, and the LPOE station. This project will be at the LPOE station which includes the generator building, the main building and the inspection building. The station building has two existing Burnham Commercial V903 hot water boilers (see image below for full diagram). Based on an August 3, 2021, site visit, the boilers are no longer operational, leaving the site without space heating. The existing piping has experienced significant corrosion due to (1) lack of proper glycol loop maintenance (2) chronically putting the boiler away wet, (3) and a poorly executed attempt to clean the glycol loop following the lapse in maintenance. Additionally, unit heaters were installed without dielectric protection further contributing to corrosion of the piping. While corroded, the piping is still allowing for heat transfer and is not actively leaking Project Scope:� The objective of this project is to provide design building services for new boiler system for the project site, to include (2) new boilers, (2) hot water pumps, new radiators, new unit heaters, glycol piping and associated appurtenances to all equipment, fuel oil system and connections, electrical connections, plumbing connections, and BAS controls with a Contract Substantial Completion date no later than 30 September 2022 to have the new system fully operational and commissioned for the Fall 2022 heating season. No assumption of current systems code compliance should be made. Contractor will be responsible for the complete design and installation which conforms to all current codes and standards. All electrical connections, terminations and integration to existing equipment will be the responsibility of installing contractor and all costs for associated effort will be included in cost proposal. All as-built information provided by GSA must be field verified by contractor prior to design. MARKET RESEARCH:� Market Research was conducted by issuance of a Sources Sought Notice via https://sam.gov// under Notice ID: 47PL0121RXXXX posted on September 9, 2021, small business dynamic searches and suggested sources by other professionals. Competition:� Set-aside for small business concerns.� Any qualified responsible small business firm, including veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor. NAICS: The applicable North American Industry Classification Code for this project is 238220 � Plumbing, Heating, and Air-Conditioning Contractors.� The Small business size standard for NAICS 238220 is $16.5 million (US Dollars). Contractors/Offerors shall be actively registered in the US Governments� System for Award Management (SAM) as a small business for this solicitation�s NAICS code at the time of receipt of proposal.� Contractors/Offerors are required to have a SAM unique entity identifier number (UEI) and an active registration in SAM (www.sam.gov) in order to conduct business with the Federal Government. Project Magnitude: The estimated cost for design and construction is between $2.0 Million and $2.1 Million (US Dollars). The period of performance for the proposed project is 10 months after Notice to Proceed. PROCUREMENT STRATEGY:�� The Design Build contractor will be selected using Best Value Source Selection pursuant to the Federal Acquisition Regulation (FAR) Single-Phase Design-Build Selection Procedures, FAR Subpart 36.3, Source Selection Procedures, and FAR subpart 15.3.�� For this contract award process, GSA will issue one Solicitation.� Basis of award is expected to be a best value selection process considering both price and non-price factors. CONTRACT AWARD: GSA PBS Region10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of the forthcoming solicitation. SOLICITATION ISSUE DATE:� The RFP will be issued electronically on or about 11/04/2021 via https://www.SAM.gov. CLOSING DATE:� The estimated closing date for receipt of Proposals will be 12/06/2021. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS. Contracting Office Address: 904 West Riverside, Room 135 Spokane, WA 99201 Place of Performance: Dalton Cache Land Port of Entry Haines Border Station Mile 42 Haines Highway Haines, AK 99827 Primary Point of Contact: Mark Mitchell Contracting Officer mark.mitchell@gsa.gov Phone: 509-279-3891 Secondary Point of Contact: Amy Heusser Senior Contracting Officer amy.heusser@gsa.gov Phone: 907-227-8491
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e3a0b3a83c004b4fac2fd9ee0f442a97/view)
 
Place of Performance
Address: Haines, AK 99827, USA
Zip Code: 99827
Country: USA
 
Record
SN06156747-F 20211015/211013230111 (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  © 1994-2020, Loren Data Corp.