Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

August 11, 2023

September 11, 2023

December 20, 2023

901 Admiral Peary Way

Renovation

No Information to Display

$200,000.00

Public - Federal

img_map_placeholder

901 Admiral Peary Way, Philadelphia, PA

Subscribe to View Full Documents

The Naval Surface Warfare Center, Philadelphia Division is initiating this Request for Proposal (RFP) to remove and replace the existing Split Systems HP 7,9,10,11, and 12 in Building 77H located in the Philadelphia Naval Business Center (PNBC), Philadelphia, PA 19112. The new air-handling unit shall consist of installing one 10-ton split system and four 15-ton split systems with a minimum of 5-kilowatts (-KW) of electric heat. The new condenser units shall consist of a multi-stage condenser containing a minimum of two (2) separate independent refrigeration units. Additionally, the contractor shall install new outside-air louvers capable of supplying 100 percent outside air for economizing with associated mixing box and actuated return and outside-air dampers. The contractor shall provide a new controller, run conduit and wire, as required. The contractor shall also install new mixing boxes for HP 7, 8, 9, 10, 11 and 12. Upon completion of the work, the contractor shall deliver a full and complete operating cooling system that is to be fully controlled by the existing Automated Logic Direct Digital Control (DDC) System. Work shall be performed between 0700 to 1600 Monday through Friday unless otherwise specified. No work shall be performed outside of these hours or on Government holidays unless authorized by the NSWCPD TPOC and Contracting Officer in advance. Period of performance is 100 Days from award. FAR Clause 52.228-1 Bid Guarantee is included. Performance and Payment bonding is a requirement for this procurement and Liquidated Damages are applicable. 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, 2) Past Performance, and 3) Price. 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 official media of distribution for this RFP is at SAM.gov. Contractors may download the solicitation (including any attachments) and any amendments via the SAM.gov website on or after the issue date. It is the offeror's responsibility to monitor the SAM.gov website for any amendments. A site visit will be held on Tuesday, 1 August 2023 at 1000 EST. All requests to attend the site visit, including visitor name, company name and address, must be sent to michael.j.hunter86.civ@us.navy.mil and david.a.rhoads8.civ@us.navy.mil no later than Wednesday, 26 July 2023 at 1400 EST. Requests received after this date may not have sufficient time for processing. Further information will be provided upon request of attendance, including exact location, security processing, etc. This work will require a DPAS Rating of DO-C3 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

4 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.