Inactive
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
Notice ID:FA301620B0007
AMENDMENT 0001 Attachment 8 is revised- Please read and acknowledge. AMENDMENT 0002- Multiple changes, please read and acknlowdge AMENDMENT 0003 Attchment 8 is revised- Please read and acknowledge AME...
AMENDMENT 0001 Attachment 8 is revised- Please read and acknowledge. AMENDMENT 0002- Multiple changes, please read and acknlowdge AMENDMENT 0003 Attchment 8 is revised- Please read and acknowledge AMENDMENT 004 Please read and Acknowledge Replace HVAC Chiller and Cooling Tower Bldg 2028 on JBSA - Lackland, San Antonio, Texas The contractor is to provide services and expertise for the replacement of a water cooled chiller and cooling tower with efficiency equipment, pumps, valves, actuators and piping. The contractor shall provide quality controls, tools, equipment, labor, materials, supplies, transportation and supervision to accomplish the work. This project is 100% set-aside for Women Owned Small Business. NAICS Code 238220. The magnitude of this project is between $500,000.00 and $1,000,000.00. This RESTRICTED ACQUISITION is set-aside for Women-owned small business, prior to the closing date of the solicitation. Eligibility status under the WOSB Program is determined in accordance with 13 CFR part 127; to be eligible offerors shall have submitted documents verifying its eligibility at the time of initial offer to the WOSB Program Repository. Offerors are encouraged to review the “WOSB Program Repository” and eligibility requirements as noted in FAR Subpart 19.1500, and the Women-Owned Small Business Federal Contracting program page (https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contracting-program) for assistance on certification and the WOSB Program Repository. INSTRUCTIONS: Offeror shall complete the following SF 1442 Sections as part of the offer: Section A. Provide fill-in for the following SF 1442 Blocks: 14, 15, 16 (if different than block 14) 17, 20a, 20b, 20c, and block 19 if amendments have been issued. An authorized official of the firm must sign the SF 1442 block 20b. Section B. Provide Unit Price and Net Amount for each CLIN in section B. Section I. Complete appropriate certifications in all applicable clauses. Section K. Complete all appropriate and applicable Representations and Certifications. NOTE: Only electronic bids will be accepted; please refer to paragraph 1.1 in Section L for POCs for offer submittal. Offeror shall include with their bid a detailed cost proposal package (electronic copies only), in accordance with RS Means format, including any supporting documents. See Attached 1442 and all attachments to the solicitation. In Acccordance with Attchment 8, "SECTION L? Instructions, Conditions & Notices Offerors or Quoters",1.1. All questions shall be submitted no later than 7 business days after site visit. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government." As the site visit is virtual and available to watch via the link, that was included upon release of this solicitation,All questions are due for submission 7 business days from the release of this solicitation, which is 16 June 2020. Brand Name Justification is posted. Brand Name for this procurement is TRANE. Questions and Answers have been posted Offers are due 27 Jul 2020 at 9:00 hrs, local San Antonio TX time. Bid Opening is 27 Jul 2020 at 2:00pm, Local San Antonio TX time.