Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:FA660619RA001
03 July 2019, the following clarifications have been added to this notice: • There will be no changes to the CLIN structure of this solicitation. All related costs shall be included in the existing CL...
03 July 2019, the following clarifications have been added to this notice: • There will be no changes to the CLIN structure of this solicitation. All related costs shall be included in the existing CLINS as applicable. • The anticipated Period of Performance for this project is 400 days (or less); 120 days (or less) for the Design phase and 280 days (or less) for the Construction phase. As stated in Sections 3.9.3.1 (page 18) and 12.1 (pages 28-29) of the SOW, Construction phase is not to begin until approval of 100% Final Design. • In areas where no existing internet connection is available, Communications Squadron will provide comm drop as required, but not cabling from devices to drops. Wireless can be an allowable solution, depending on configuration and with concurrence from Communications Squadron and Security Forces. • As a reminder, Section L - Instructions to Offerors - of the solicitation states, "Each offeror's proposal shall consist of the completed and signed RFP with a cover letter delineating any exceptions taken to the RFP terms and conditions. However, offerors are cautioned that any noncompliance with the terms and conditions of the RFP may cause their proposal to be determined unacceptable." The cutoff date for all questions was 19 June 2019. Proposals are due Thursday, 11 July 2019 at 2:00PM EST. 27June2019 - The following douments have been uploaded to this site: -FA660619RA001001 Amendment extending proposal due date from 02July 2019 at 10:00AM EST until 11 July 2019 at 2:00PM EST. -Requests for Information -Copy of Site Visit Attendance -Sampling of Meter Photos 13June2019 - Requests for Information and PDF DDC Controls Drawings have been uploaded. Please note these drawings are NOT AS-BUILTS, they are FOR RECORD ONLY. They are per the last EMCS upgrade several years ago and may NOT represent an accurate depiction. Proposals SHOULD NOT be based solely on drawings as provided. As a reminder and as stated in the solicitation, all questions are DUE by 19June2019. 30May2019 - Solicitation FA660619RA001 is now available for review. The documents have been uploaded to this site. If you have any question or comments on accessing the solicitation on FedBizOpps.gov please email Amy Dumais. Project YTPM 17-0009 Upgrade Energy Management Control System (EMCS) Base Wide, will be located at Westover Air Reserve Base, Chicopee, MA. This acquisition is anticipated to be issued as a Firm Fixed Price contract with an estimated period of performance of 400 calendar days from the issuance of the Notice-to-Proceed. This project is being solicited as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside with North American Industry Classification System (NAICS) Code 238210 (Electrical Contractors and Other Wiring Installation Contractors), with a size standard of $15M. The solicitation will be issued as a Request for Proposal (RFP) on or about 16 April 2019. Note: FAR 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. (DEVIATION 2019-O0003) applies. This clause requires that the SDVOSB concern perform at least 25 percent (25%) of the cost of the contract not including the cost of materials, with its own employees. This Design-Build project to Upgrade Energy Management System Basewide consists of furnishing all labor, equipment, tools, materials and miscellaneous services to make critical upgrades and replacements to central energy management control system (EMCS) software and hardware that will assist in managing building equipment and temperatures across the installation, increase energy efficiency and cut costs. The upgrade is from an aging Niagara R2 system to a newer Niagara N4 or fully compatible equal system as approved by Westover ARB Civil Engineering. Additionally, there will be updates to the central boiler hardware and controls for dormitories that house visiting reservists and trainees to increase efficiency of existing HVAC equipment. Work includes replacing boiler burners and hot water reset controls in these dorms, installing key card activated occupancy controls, replacing existing EMCS JACE (Java Application Control Engines) controls throughout the installation, upgrading utility meters to smart meters and connecting to new EMCS system. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $500,000 and $1,000,000. There will be an organized site visit planned for this solicitation, the correct time and location will be included in the solicitation. Prior to supplying a proposal, interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have a 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 successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and all supporting documentation including the statement of work, wage rates, specifications and drawings will be posted at this site for review and download. All contractors and subcontractors interested in this project must register at this site https://www.fbo.gov. It is the offerors responsibility to check the website periodically for any amendments to the solicitation. There will be no other form of distribution for this solicitation other than downloading from this site. ****FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT***