Installation of Split Ductless AC/Heating Units in New Castle, PA.
SOL #: W15QKN-19-Q-1057Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-PICA
PICATINNY ARSENAL, NJ, 07806-5000, United States
Place of Performance
New Castle, NY
NAICS
Plumbing (238220)
PSC
Installation Of Equipment (N)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 1, 2019
2
Last Updated
Feb 7, 2019
3
Submission Deadline
Feb 19, 2019, 7:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
1. The United States Army Contracting Command - New Jersey (ACC-NJ) has a requirement in support of the 99th Department of Public Works (DPW) for Installation of Split Ductless System AC/Heat Units at the Lawrence County Veterans Memorial USARC, 410 Miler Avenue, New Castle, PA 16101. The contractor shall furnish all plant, labor, equipment, materials, transportation, supervision and technical expertise to perform requirements in accordance with the specifications and allotted period of performance described in this Specification Of Work (SOW). All repairs outlined in the SOW shall be performed. The North American Industry Classification System (NAICS) code that apply to the principal nature of the acquisition: 238220 Heating, Ventilation and Air Conditioning (HVAC) contractors with a size standard of $15,000,000.00
Period of Performance: All work shall be completed within 90 calendar days from the notice to proceed.
Place of Performance: Lawrence County Veterans Memorial USARC, 410 Miler Avenue, New Castle, PA 16101.
The estimated magnitude is between $25,000 and $100,000
2. A Site Visit is highly suggested for this requirement, the site visit shall be coordinated/completed as soon as possible. All requests shall be made to the RFOS Scott Kawski, at email address: scott.w.kawski.civ@mail.mil and Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil.
Primary Site Visit date: 6 Feb at 10:00 AM.
Alternate Site Visit date: 7 Feb at 10:00 AM.
3. Questions shall be emailed to the Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil or the Contracting Officer, sharon.wilson-emmons.civ@mail.mil. Questions must specify the section or paragraph of the Request for Proposal (RFP) for which the clarification is desired.
4. Contractor offers shall be submitted via the Federal Business Opportunity (FBO) website at https://www.fbo.gov/ using the document upload option. Instructions are available, if needed, in the FBO Vendor Guide on the FBO website. Offers shall include:
a. Pricing for all Contract Line Item Numbers (CLINs). A total price shall also be included.
b. Detailed, itemized price breakdown to include price of materials(quantity and type), labor (hours and DB laborcategories), profit, mobilization, bonds and overhead for each contract line item.
c. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of 238220.
d. Complete blocks 14, 15, 17, 19 and 20 of the SF1442. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Proposal.
5. EVALUATION CRITERIA
Award will be made only after agreement has been reached on all terms and conditions, and on fair market value for the supplies and services to be acquired. Although the Government intends to award without discussions, if the price
is not determined to be fair and reasonable, negotiations will commence. Award will be made only after agreement has been reached on all terms and conditions, and a fair market price for the construction requirement to be acquired.
Your Technical Proposal must contain a Capabilities Statement which states how you will meet the requirements of the Specifications of Work along with any references. The Government will also use other systems to review or verify past performance. Your price proposal must provide a breakdown of labor costs, by labor code and hours, a list of all material costs, any travel or other direct costs, and any other costs like overhead, G&A and profit. The capabilities statement shall be no more than 10 pages with no smaller than 12 inch font and 1 inch margins on all sides. ***Please use the Cost Breakdown Sheet provided in the link***
Period of Performance: All work shall be completed within 90 calendar days from the notice to proceed.
Place of Performance: Lawrence County Veterans Memorial USARC, 410 Miler Avenue, New Castle, PA 16101.
The estimated magnitude is between $25,000 and $100,000
2. A Site Visit is highly suggested for this requirement, the site visit shall be coordinated/completed as soon as possible. All requests shall be made to the RFOS Scott Kawski, at email address: scott.w.kawski.civ@mail.mil and Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil.
Primary Site Visit date: 6 Feb at 10:00 AM.
Alternate Site Visit date: 7 Feb at 10:00 AM.
3. Questions shall be emailed to the Contract Specialist Stephen Burks, at email address: stephen.l.burks.civ@mail.mil or the Contracting Officer, sharon.wilson-emmons.civ@mail.mil. Questions must specify the section or paragraph of the Request for Proposal (RFP) for which the clarification is desired.
4. Contractor offers shall be submitted via the Federal Business Opportunity (FBO) website at https://www.fbo.gov/ using the document upload option. Instructions are available, if needed, in the FBO Vendor Guide on the FBO website. Offers shall include:
a. Pricing for all Contract Line Item Numbers (CLINs). A total price shall also be included.
b. Detailed, itemized price breakdown to include price of materials(quantity and type), labor (hours and DB laborcategories), profit, mobilization, bonds and overhead for each contract line item.
c. CAGE Code, DUNS Number, and business-size standard under the applicable NAICS of 238220.
d. Complete blocks 14, 15, 17, 19 and 20 of the SF1442. In doing so, the offeror accedes to the contract terms and conditions as written in the Request for Proposal.
5. EVALUATION CRITERIA
Award will be made only after agreement has been reached on all terms and conditions, and on fair market value for the supplies and services to be acquired. Although the Government intends to award without discussions, if the price
is not determined to be fair and reasonable, negotiations will commence. Award will be made only after agreement has been reached on all terms and conditions, and a fair market price for the construction requirement to be acquired.
Your Technical Proposal must contain a Capabilities Statement which states how you will meet the requirements of the Specifications of Work along with any references. The Government will also use other systems to review or verify past performance. Your price proposal must provide a breakdown of labor costs, by labor code and hours, a list of all material costs, any travel or other direct costs, and any other costs like overhead, G&A and profit. The capabilities statement shall be no more than 10 pages with no smaller than 12 inch font and 1 inch margins on all sides. ***Please use the Cost Breakdown Sheet provided in the link***
People
Points of Contact
Stephen BurksContract SpecialistPRIMARY
Sharon Wilson-EmmonsContracting OfficerSECONDARY
Files
Versions
Version 2
Combined Synopsis/Solicitation
Posted: Feb 7, 2019
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 1, 2019