BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a playground / park / athletic field in Saint Augustine Beach, Florida. Completed plans call for the renovation of a playground / park / athletic field.

Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5423Q0011 Posted Date: 31 Mar 23 Response Date: 18 Apr 23 Product or Service Code: N041 (Installation of Equipment-Refrigeration, Air Cond) Set Aside: Total Small Business NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This is a total small business set aside in accordance with FAR 19.502-2. The principle NAICS is 238220 and size standard is $19M. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 dated 03/16/2023. The FAC and FAR are available at https://www.acquisition.gov/FAR. This synopsis page combined with the posted Standard Form 18 and the attached photos make a complete solicitation package This Acquisition may result in a firm fixed price order. The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking to procure two heat pumps and air handlers. Contractor shall provide all labor, supervision, material, tools, equipment, supplies, transportation and incidentals necessary to remove and replace units two 2 Ton 17.00 SEER 2-Stage Heat Pump W/ Performance ECM Air Handler with heat strip. Quote must include 1-year labor, 1-year parts and 5-year compressor heat pump warranty. Quote must include installation of new equipment in the same location as current system, tie back into existing duct system by utilizing industry standard methods, install new condensate drain float switches and tie back into existing condensate drains, install system that has a variable speed air handler, utilize existing electrical to wire air handler, install a two-stage heat pump condenser, install new insulated refrigerant lines, new electrical disconnect box, new whip to the condenser, new digital programmable thermostat, new drain pans under all equipment and connect to existing 3/4 PVC drain. Refrigerant lines must be checked for leaks by using industry standard methods. Quote must include two 2 new exhaust fan motors 800 CFMs. Exhaust fans will be installed in the same location as existing. The exhaust fans will operate with the condenser to remove heat from the attic the HVAC equipment is located in. Fans should operate with condenser. No permits are needed. Work Hours: Mon-Fri 7:00am to 5:00pm. No weekends or after hours. Period of Performance: Anticipated to be 3-4 weeks, however, indicate your best estimated completion time on your offer. All interested companies shall provide a quote for the equipment and installation described above by completing blocks 11e through 16 of the Solicitation form (SF -18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain only one (1) pdf with the completed SF18, your proposed technical approach to this project, product literature of proposed equipment along with acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5423Q0011) in all correspondence. Delivery Location: 1 S. Castillo Dr, St. Augustine, FL 32084 INSPECTION: A group inspection is schedule for April 11, 2023 at 10:00am at 1 S. Castillo Dr, St. Augustine, FL 32084. The purpose of this inspection is for contractors to ascertain the general local conditions which could materially affect costs.. Any questions must be submitted in writing to the Contracting Officer at the email address below NO LATER THAN 10:00am (ET) on April 12, 2023. A summary of questions and answers arising from the inspection and/or review of the package will be provided to all prospective contractors as a reposting to the solicitation. Only those written answers provided to all offerors will be the Government's official response to questions. Information provided at this inspection shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. We consider attendance at this inspection vital to the preparation of a competitive and cost effective offer, and to understand the total result desired by the Government. Failure to attend this inspection may not be used as an excuse for omissions or miscalculations in quotes. It is emphasized that it is most advantageous for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted. AWARD: The Contracting Officer anticipates awarding a FIRM FIXED PRICE purchase order around the middle of April 2023 to the firm that presents the best value to the government. ********************* The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/sites/default/files/current/far/pdf/FAR.pdf 52.202-1 Definitions. (Jun 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Jun 2020) 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-8 Annual Representations and Certifications (Mar 2023) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-18 Commercial and Government Entity Code Maintenance. (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) 52.211-8 Time of Delivery (Nov 2016) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (Mar 2023) 52.219-6 Notice of Total Small Business Set-Aside (Mar 2020) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (Aug 2018) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. (Oct 2021) (DEVIATION) 52.225-18 Place of Manufacture. (Aug 2018) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Jun 2020) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.244-6 Subcontracts for Commercial Products and Commercial Services (Mar 2023) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) ************************************************************************************* Performance/compliance delinquencies and communication/management issues will be documented in the official file and may be used as a reference for contract history, regardless of the value of the action. ************************************************************************************* Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officers decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Offices (GAOs) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) ************************************************************************************** SCA Wage Determination # WD 2015-4539 (Rev# 20) dated 12/27/2022 for St Johns County is applicable. It can be found at https://sam.gov/wage-determination/2015-4539/20 ************************************************************************************** DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the CORs appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractors risk. (End of Clause) 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $200,000.00 each person $300,000.00 each occurrence $300,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). `Payment request means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, delivery date and itemized information regarding tasks performed. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause) *********************************************************************************** All quoters shall complete blocks 11e through 16 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain one (1) pdf with the completed SF18, your UEI, your best estimated completion time, your brief technical approach to this project, product literature of proposed equipment along with acknowledge any amendments. You must include the Solicitation in the subject line of the email (140P5423Q0011) in all correspondence. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Emailed confirmation of offer will be sent by the government. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on 18 Apr 23). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Confirmation of receipt does not mean your quote was reviewed for completeness. This is a competed 100% Small Business set-aside combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation. EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, considering price, proposed equipment, technical approach, past performance and information from other sources to evaluate past performance. This includes, but is not limited to, Contractor Performance Assessment Reporting System (CPARS). Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. Price and other information obtained are all equally weighed. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/ET on 12 Apr 23 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. ****************************** Attachments: SF18 Photos Point of Contact: Mary Stefanos, Contracting Officer (CO): Email:Mary_Stefanos@nps.gov

Award

Playgrounds / Parks / Athletic Fields

$28,978.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

6 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
170
Active Projects
87
Bidding Soon
1,487
All Active Projects
584
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

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.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

April 18, 2023

May 18, 2023

June 17, 2023

img_map_placeholder

1 S Castillo Dr, Saint Augustine Beach, FL

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.