BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published February 26, 2025 at 7:00 PM

Updated February 28, 2025

Renovation of a military facility in Slidell, Louisiana. Completed plans call for the renovation of a military facility.

AMENDMENT NUMBER 0004: THE PURPOSE IS TO UPDATED CLAUSES AND PROVISIONS PER FAR DEVIATION 2025-02, 2025-03 DATED FEB 2025. ADD Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications--Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. AMENDMENT NUMBER 0003: THE PURPOSE IS TO EXTEND THE RFQ DUE DATE TO 4PM MST, 2/27/2025. ATTACH QUESTION AND ANSWERS AS WELL AS AN UPDATED STATEMENT OF WORK. QUESTION AND ANSWER PERIOD HAS EXPIRED. AMENDMENT NUMBER 0002: THE PURPOSE IS TO ADD A NEW CONTACT, CASEY KEATING. PLEASE SEND CASEY KEATING ALL OFFERS IN RESPONSE TO THIS SOLICITATION. ALL QUESTIONS SHALL BE SUBMITTED TO CASEY KEATING. THANK YOU. ********************************* AMENDMENT NUMBER 0001: THE PURPOSE IS ADD THE SCLS WAGE DETERMINATION WD 2015-5189, REV 29. ********************************* Non-Personal Services to Replace HVAC Condenser Units at NWS Forecast Office, Slidell, LA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M325Q0075. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (Jan 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 333415. The small business size standard is 1,250 employees. (v) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to replace HVAC condenser units at NWS Forecast Office, Slidell, LA, in accordance with the attached, incorporated Statement of Work. Period of Performance is 120 days from date of award. FOR THE SUPPLY COMPONENT: All offered products must meet the requirements of Buy American-Supplies to be considered. Provide verification of country of manufacture for offered products. (vi) Description of requirements is as follows: See attached Statement of Work which applies to CLIN 0001 and Department of Labor Wage Rates: WD 2015-5189, Revision No. 29, dated 12/23/2024, which can be found on: https://sam.gov/content/wage-determinations (vii) Date(s) and place(s) of delivery and acceptance: Period of performance shall be: 120 days from date of award Place of Performance is NWS (LIX) Forecast Office, 62300 Airport Rd, Slidell, LA 70460 FOB Destination (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 4:00PM MST/MDT on 02/20/2025. All quotes must be submitted electronically via email to Marilyn.Herrera@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to Marilyn.Herrera@noaa.gov. UTILIZATION OF FEDCONNECT FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect web portal in administering this award. The contractor must be registered in FedConnect and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO MARILYN.HERRERA@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 02/18/2025 4:00 P.M. MST/MDT. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Marcus Watson at 318-250-5622 to set up a time to visit the site. All questions during the site visit should be submitted electronically to Marilyn.Herrera@noaa.gov. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to Marilyn.Herrera@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. 1. Technical Approach and Capability. 2. Past Performance, including submission of completed Past Performance Questionnaires. 3. Price. 4. Warranty. Minimum five (5) year written warranty on parts and one (1) year written warranty on workmanship. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTORS RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the Offerors initial quote; therefore, the Offerors initial quote should contain the Offerors best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 5. Technical Approach and Capability. The Offerors overall technical approach will be evaluated to assess the Government's level of confidence in the Offerors understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the companys experience performing similar services. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.) 6. Past Performance. Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offerors capability to successfully perform the services listed in the Statement of Work. The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission, and email the completed survey form directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agencys knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating. 7. Price. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. 8. Warranty. The Contactor shall provide a minimum five (5) year written warranty on parts and one (1) year written warranty on workmanship. The Government intends to award a trade-off, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) STATEMENT OF WORK NWS (LIX) WEATHER FORECAST OFFICE 62300 Airport Rd Slidell, LA Replace Condensing Units (CU) # 1, 2, 3 And Liebert CU 1,2,3 December 9, 2024 Requisition # 142020-25-0020 INTRODUCTION: The National Weather Service (NWS) Weather Forecast Office (WFO) located in Slidell, La (LIX) air conditioning equipment is in urgent need of attention. This equipment is at the end of its useful life and requires replacement. OBJECTIVE: This is a brand name or equivalent but the CUs must be the same capacity/tonnage To replace the Operations area CU (2) Trane 30-ton, (1) 15-ton CU for the Technician area, and (3) Liebert DCDF205-A condensing units for the Equipment room. and all associated equipment for the three split systems shall be replaced. LIX WFO is an active operation. Air conditioning disruption must be minimized to allow for sustained operations. SCOPE: The contractor shall provide all labor, supervision, tools, equipment, transportation, material and incidentals necessary to remove and reinstall the Condensing Units and any associated equipment to ensure proper, efficient operation of the new condensing units. The contractor shall verify proper function of the HVAC Controls after installation is complete. The contractor shall provide the National Weather Service with the following: Replacement of two (2) existing Trane model # RAUJC304BC030BD000009, 460V, 3 Ph. 410A Condensing Unit (ACU # 1) and (ACU # 2) with equivalent unit utilizing R410a refrigerant, furnish a (1) replacement for the existing model J15YDC00A4ALM5, 460V, 3 Ph. 410A Air Condensing Unit (ACU #3) with equivalent unit utilizing R410a refrigerant, and furnish three (3) replacement Liebert CU model DCDF205-A, 460v, 3 Ph, units. This includes; but is not limited to, Condensing Units, driers, refrigerant, refrigerant recovery, all labor and associated work required to restore the systems to a fully operational system. DELIVERY: 1. The Contactor shall provide a minimum five (5) year written warranty on parts and one (1) year written warranty on workmanship. 2. The Contractor shall provide a Work Plan and Schedule to the NWS for review and approval, prior to the start of the project. CONTRACTOR TASKS: 1. Contractor shall recover and store refrigerant as per EPA Standards. The recovered Freon shall be left on site and returned to the Government. 2. Disconnect, remove and dispose of old condensing units. 3. Connect the new compressors/condensers to the existing refrigerant piping including new refrigerant driers. Replace aluminum insulation jacket. 4. Connect the new compressors/condensing units to the existing electrical service. 5. Secure the new condensing units to the concrete foundation. 6. Provide all rigging to remove and replace compressor/condenser units without damaging existing landscape. Contractor shall be responsible for restoring work area to original condition. 7. Charge systems with refrigerant. Install site glass inside condensing units. 8. Start-up and verify operation of systems. 9. Contractor shall be responsible for all permits and permit fees required to complete the work as necessary. 10. Clean work area at completion of job and remove all trash and waste. SECURITY: 1. Contractor shall comply with Federal security requirements. 2. Smoking and weapons are prohibited on Federal property. 3. Contractor shall maintain site security as instructed by the site Point of Contact. 4. All work performed on this Contract shall be performed by Legal Immigrants or Citizens of the USA. All Immigrants working on this project shall be required to provide documentation to prove their Legal Immigration Status in the USA. OTHER REQUIREMENTS: 1. Interested parties are encouraged to make an appointment to visit the worksites prior to submitting quotes. 2. Contractor shall coordinate all work with the designated Weather Forecast Office (Site) Points of Contact. 3. Work shall be performed in a manner that minimizes equipment downtime. 4. All utility outages shall be approved by the NWS and be scheduled with the NWS at least two weeks in advance. PLACE OF PERFORMANCE: NWS (LIX) Forecast Office 62300 Ai Offerors Must Submit All Questions Concerning This Solicitation in Writing via Email to Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 02/18/2025 4:00 P.m. Mst/mdt.

Post-Bid

Military

$100,000.00

Public - Federal

Renovation

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

4

Subscribe For Documents

3 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
167
Active Projects
73
Bidding Soon
813
All Active Projects
0
Updated Recently

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.

February 27, 2025

March 31, 2025

Project location map

62300 Airport Rd, Slidell, LA


Recently Viewed

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.