Location: | Texas |
---|---|
Posted: | Jan 10, 2025 |
Due: | Jan 21, 2025 |
Agency: | GENERAL SERVICES ADMINISTRATION |
Type of Government: | Federal |
Category: |
|
Solicitation No: | 9037v2 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
THIS IS NOT A REQUEST FOR PROPOSAL
This announcement is open to ALL Business concerns.
The General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region (Region 7), Acquisition Management Division, Greater West Team is conducting a market survey seeking a qualified CONSTRUCTION CONTRACTOR to provide construction services for the removal of the two (2) existing 750 ton chillers and the installation of two (2) 750 ton nominal capacity magnetic bearing frictionless water-cooled chillers for the Department of Veteran Affairs, Austin Auto Center, located at 1615 Woodward Street, Austin, Texas 78741.
This is a secure facility and will require badging to access the site. The building operating hours are typically 5:30 am to 5:30 pm. For this project, the anticipated working hours to be 30% normal operating hours and 70% other than normal working hours.
GSA anticipates issuing a solicitation, based on the outcome of this market survey, on or about February 2025, and awarding a subsequent contract on or about April 2025.
PROJECT INFORMATION
This construction project involves the replacement of two (2) existing 750-ton water-cooled chillers and their associated pumps, with an option to install each chiller and associated pumps individually. The scope includes the removal of refrigerant from the current chillers and the installation of two new 750-ton nominal capacity magnetic bearing frictionless water-cooled chillers, which will come with factory-supplied evaporator/condenser marine water boxes and 1.5-inch insulation. One pump will be designed to manage the required gallons per minute (GPM) on the condenser side, while the other will handle the GPM on the evaporator side. The contractor is responsible for sizing and selecting replacement condenser water and chilled water pumps that match the flow requirements of the new chillers, utilizing existing piping as much as possible. Additionally, all necessary connections for water thermowells must be provided, including new thermometers (four (4) per chiller) and liquid-filled pressure gauges (four per chiller), along with all related hardware. Chiller access control panel systems are to be non-proprietary on an open architecture platform.
The estimated construction price range for this project is between $1,000,000 and $5,000,000. Estimated contract duration is approximately 9 months or earlier from the notice to proceed.
The contractor will be responsible to provide all labor, materials, transportation, supervision, and management to perform design and construction, as it relates to the following:
Division 1 – General Requirements
Division 2 – Existing Conditions
Division 3 – Concrete
Division 23 – Heating, Ventilation, and Air Conditioning
Division 25 – Integrated Automation
Division 27 – Communications
Potential NAICS is 333415 with an SBA size standard of 1,250 employees. The PSC/FSC is Z2AA (repair and alteration of office buildings).
PROCUREMENT INFORMATION
This announcement is open to all business concerns, however if you are a small business, please clearly state this and any applicable small business designation (small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business and/or large business, etc.).
The Government is not obligated to and will not pay for any information received from the potential sources because of this market survey.
GSA anticipates issuing a solicitation, based on the outcome of this market survey, on or about February 2025, and awarding a subsequent contract on or about April 2025. Award of any resulting procurement will be based on employing a “Best Value Concept” methodology. The anticipated contract will be awarded on a firm-fixed price basis.
GSA anticipates the solicitation will require proposals to include EPDs to support the proposed materials.
SUBMISSION INSTRUCTIONS FOR INTERESTED FIRMS
Construction Firms interested in this effort must be able to demonstrate experience with at least two (2) similar projects. SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a SIMILAR PROJECT, the project must meet all three elements of size, complexity, and type as further defined here.
To be considered similar in size, EACH project must have exceeded $1,000,000 in cost/price and be completed in the last eight years. To be considered similar in complexity, projects must include replacement of 2 or more chillers between 150 ton – 1,000 ton capacity for an occupied space. The project cost should include any removal of old chillers, demolition, and rebuild to gain access to the mechanical space where the chillers were installed.
Interested firms are invited to respond to this notice by providing the following information:
Provide firm name, address, point of contact, phone number, email address, and Unique Entity Identification (UEI) number. Identify all business categories and NAICS codes applicable to your firm, i.e., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business and/or large business.
Provide project experience of two (2) projects of similar size, complexity, and type. Include project dates, price, and role as either Prime Contractor or Subcontractor. Include points of contact and all information necessary to contact the owner of the project who can substantiate similar project characteristics.
Provide the name of the Surety, maximum bonding capacity per project and aggregate maximum bonding capacity.
Provide a realistic period of performance using the information provided at the end of this notice. As well as the typical lead time for the chiller you may provide under the resultant solicitation.
Provide confirmation that the chillers and subsequent equipment are either Buy American Act (BAA) Compliant or Trade Agreement Act (TAA) compliant where BAA compliant is not possible.
CONSTRUCTION FIRMS: Any interested construction firm should provide a written Letter of Interest with the aforementioned information (no more than 3 pages) by 9:00 am CST, January 21, 2025, to Billeto McGee via email, billeto.mcgee@gsa.gov. The subject line should state “Letter of Interest for VA Chiller #1 and #2 Replacement Project - 2nd Notice”.
SUPPLIERS AND MANUFACTURERS: In addition to the construction opportunity reflected herein, GSA is seeking suppliers and manufacturers that are interested in supplying two (2) each 750-Ton nominal capacity magnetic bearing frictionless water-cooled chillers with factory supplied evaporator/condenser, (optional marine water box and optional double think insulation (1.5 inch)). It is expected that any product offered is Buy American Act (BAA) Compliant, if a BAA Compliant product is not available, then please make sure any offered product is TAA Compliant. If you are a supplier or manufacturer, you may submit an Expression of Interest by 9:00 am CST, January 21, 2025, to Billeto McGee via email, billeto.mcgee@gsa.gov. The subject line should state “Expression in Manufacturing VA Chillers #1 and #2 - 2nd Notice.”
Expressions of Interest should indicate materials available and global warming potential values reflected in materials’ environmental product declarations. Submission of an expression of interest grants GSA your permission to publish your firm’s contact information and offerings for use by potential offerors on the construction requirement. Supplier and manufacturer contact information will be published in an informational amendment issued by GSA.
By participating in the competition, offerors consent to GSA sharing their suppliers’ names and the global warming potential values associated with suppliers’ materials with the successful offeror. Technical solutions, supplier pricing, and supplier-offeror terms and conditions will not be shared, in accordance with the Procurement Integrity Act.
All information submitted is subject to verification. Additional information may be requested to substantiate responses. Reimbursement costs for information received are not authorized.
NOTE: Questions submitted may or may not be answered. This is a market survey to identify interested and qualified firms to determine lead times on the chillers, typical period of performance for this type of work (see below), and if adequate competition exists to set aside any potential procurements.
Period of Performance (POP): 9 months (at the latest), and includes the following estimated timeframes - (including security clearances (45 days), submittals / ordering of units (6-7 months) and installation (2 weeks)). If you can provide this solution in a shorter timeframe, please identify it with one of the below (POPs).
1-3 months
4-6 months
7-8 months
Please clearly identify the lead time for each chiller as well.
Location of Current Chillers: On the first floor of an office building with alleyway access to the room where the existing units are installed. Cherry Picker will be required to install both units. A non-louvered filter wall (12x9 foot) must be removed to access mechanical space.
With GovernmentContracts, you can:
Questions and answers prebid opening Solicitation ID: 25QAC Status: Addendum Posted Contact Name:
State Government of Texas
Bid Due: 2/14/2025
INFORMAL BID Model T400 ANALYZER 616 Posted On: 17 Dec 2024 Open for
City of Houston
Bid Due: 2/13/2025
On-Call Transportation Systems Management and Operations (TSMO) Engineering Services The City of San
City of San Antonio
Bid Due: 2/11/2025
RFP 2512-001 Enhancing Food Access and Nutrition Support for Central Health Patients Solicitation
State Government of Texas
Bid Due: 2/18/2025