Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6449821R4015
The Naval Surface Warfare Center, Philadelphia Division intends to initiate a Request for Proposal (RFP) to procure duct cleaning and fiber lock sealing of facility air handler units (AHU). Work must ...
The Naval Surface Warfare Center, Philadelphia Division intends to initiate a Request for Proposal (RFP) to procure duct cleaning and fiber lock sealing of facility air handler units (AHU). Work must take place on weekends between the hours of 0730 – 1730 and all administrative and office environments within the limits of work, including the AHUs, must be returned to their original condition by 0500 each Monday. Contractor’s work site(s) will include obstructions such as cubicles, desks, and other office furnishings that may need to be protected or relocated to accommodate work activities and protect existing features-to-remain. Period of performance including delivery is estimated at 120 Days after receipt of Notice to Proceed. Payment and performance bonding is a requirement for this procurement. Liquidated damages will be applicable to this procurement. FAR Clause 52.228-1 Bid Guarantee will be included. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-2. The source selection process will be based on a Lowest Price, Technically Acceptable (LPTA) evaluation. The evaluation factors are expected to be: 1) Bonding and Certifications, 2) Corporate Experience, 3) Past Performance, and 4) Price. Offerors will be required to submit an active National Air Duct Cleaning Association (NADCA) certification for the prime or subcontractor that will perform onsite duct cleaning and sealing and an active Air Systems Cleaning Specialist (ASCS) certification for its proposed onsite supervisor. Narratives must clearly demonstrate acceptability in enough detail for the Government to understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerors are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received. Therefore, each proposal should contain the offeror's best terms. The Government reserves the right to hold discussions at its discretion. The solicitation N6449821R4015 is expected to be issued on or about 16 February 2021 with a closing date on or about 17 March 2021. The official media of distribution for this RFP is at beta.sam.gov. Contractors may download the solicitation (including any attachments) and any amendments via the BetaSAM web site at beta.sam.gov on or after the issue date. It is the offeror's responsibility to monitor the BetaSAM web site for any amendments. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Firms are required by legislation to submit an annual VETS-4212 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: https://www.dol.gov/agencies/vets/programs/vets4212#howtofile Questions can be directed to dillon.m.lucas@navy.mil. Contracting Office Address: USACE Philadelphia District; 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390 Place of Performance: Philadelphia Naval Business Center (PNBC)