Search Contract Opportunities

Brandywine HVAC Replacement   2

ID: FA286024Q4007 • Type: Synopsis Solicitation

Description

Posted: April 18, 2024, 2:47 p.m. EDT

**Update 4/17/24 - Update SOW: Attachment 1 - Brandywine HVAC Replacement SOW 17 April 2024 (updated)

This update provide the revised SOW. Please indicate in your quote is based off the 17 April version of the SOW.

Question: "As you know, the existing Libett unit is single-phase electric, and unfortunately, the 6-ton unit is no longer manufactured by Liebert. In light of this, the next available size for the unit will be 8 tons, and it will operate on three-phase electric power. I wanted to bring this to your attention to ensure that we are aligned on the specifications and requirements for the replacement HVAC unit."

Government Response: Please see updated SOW titled: Attachment 1 - Brandywine HVAC Replacement SOW 17 April 2024 (updated). The highlighted portion in 1.1.3.13 clarifying that the outdoor unit will require 3 phase connection vs. the existing single phase. All proposals must reflect the updated SOW.

**Update 4/15/24 - Final Questions, Updated SOW, Updated Brand Name J&A, Extend Solicitation Deadline to Close Tuesday, 23 April.

Please review the updated SOW to ensure quotes takes these changes into account. The added language is referenced in the responses below and is included in red text to highlight the updates.

Questions:

  • Regarding notice ID FA286024Q4007, will utilizing brand Liebert for both HVAC and Heat pump requests be acceptable? Government Response: Using Liebert for both HVAC and Heat Pump will not be acceptable. The brand requirements as stated in the SOW must be met.
  • Picture of the name plates and Liebert data plate. Government Response: This has been included in the site photos.
  • Do you want to add a requirement for moving the filters in relation to the duct work? Government Response: Please see the SOW 1.1.3.2 for addition of a filter rack on the new air handler (in red)
  • Do companies need to provide their Liebert certification? Is there an equivalent for Trane? Government Response: Please see the SOW 1.1.3.12 for additional requirement (in red). No certification needs to be provided, but a Liebert representative will need to sign off on the start-up to ensure the installation standards are met and ensure the warranty. Offerors must state that they are certified to work on Trane and Liebert equipment and provide the information requested in the instructions to offerors.
  • We recommend that the project requires Liebert (Vertiv) factory certification as a requisite for responsible bidders. Government Response: See above
  • Is it the contractor's responsibility for the bid to include porta-lets or will they be Government-provided? Government Response: The contractor will have to provide the porta-lets.

**Update 4/12/24 - Additional Questions, Provide Site Photos, Extend Solicitation Deadline to close Thursday, 18 April.

Remaining questions will be posted on Monday. This solicitation has been updated to provide site photos, provide the answers to a few of the questions received, and extend the solicitation deadline to Thursday, 18 April. There were a few additional questions recieved. Those questions and responses will be posted on Monday, 15 April.

Questions and Answers:

1. SAM.gov lists the Solicitation No. as FA286024Q4007, however the Combined Synopsis/Solicitation documents lists FA 268024Q4007. Would the Government please confirm the correct solicitation number for this effort.

Government Response: The correct number is FA286024Q4007.

2. Please verify if the backup electric heaters for the (2) 5-ton Trane units are staying or being replaced. Per the SOW No additional electric heat is required for the replacement equipment , however the heaters are older and need to confirm the intent is to re-use the existing units.

Government response: The intent is to re-use the existing units.

3. The indoor Liebert units are on platforms , if the new units are the exact same size please confirm re-use of the existing platforms is acceptable, or are they to be replaced with new? Please note that if you want new platforms, that will change this requirement and may change this from a service to construction. It would extend procurement time and make the estimated value more expensive. I would have to look into how this would change the requirement.

Government Response: The Existing platforms will be fine if the size of the unit matches the platforms.

**Questions and Answers (Updated 4/8/24) - This list will be updated as additional questions are submitted:

1. Need to make sure we are doing split systems with condensers what voltage? Government Response: 208

2. Upflow or Downflow?Government Response: Upflow

3. If downflow what is the finished floor height for stand? Government Response: N/A

4. Do they need options reheat and humidity? Government Response: We do not need these options.

_____________________________________________________________________________________________________

**Update 4/8/24 - The Combined Synopsis and Solicitation Attachment was updated to correct an inconsistency in the response deadline. The response deadline for this solicitation is 4/16/24. **

This requirement is to replace two CRAC units (6 tons each), two heat pumps (5 tons each) and associated line sets. If replacement CRAC condensers do not have an integrated disconnect, this will have to be added to the project. No additional electric heat is required for the replacement equipment. There is a brand name requirement for the use of specific Trane and Liebert brand parts included in the SOW. All work must be completed IAW the SOW (Attachment 1).

Note: This requirement is 100% set-aside for small disadvantaged businesses.

A site visit is scheduled for 0930 on Thursday, April 11, 2024. Additional information and instructions are included in the attached Combo Synopsis and Solicitation.

Please see the attached Combo Synopsis and Solicitation and follow the Instructions to Offerors to provide an offer. Email offers to the primary and secondary points of contact by the response deadline.

Posted: April 15, 2024, 2:28 p.m. EDT
Posted: April 12, 2024, 2:05 p.m. EDT
Posted: April 10, 2024, 2:16 p.m. EDT
Posted: April 8, 2024, 11:48 a.m. EDT
Posted: April 8, 2024, 9:04 a.m. EDT
Posted: April 3, 2024, 1:53 p.m. EDT
Background
The Department of the Air Force, specifically the 316th Contracting Squadron at Joint Base Andrews, MD, has issued a combined synopsis/solicitation for the Brandywine HVAC Replacement. The requirement is to replace two CRAC units (6 tons each), two heat pumps (5 tons each) and associated line sets. The solicitation is set aside for small disadvantaged businesses.

Work Details
The contractor is required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform tasks including recovering and disposing of refrigerant in existing equipment according to EPA regulations, disconnecting, removing, and disposing of existing indoor and outdoor sections of heat pump systems and air handlers, furnishing and installing new units with specifications to match existing equipment in the same locations as existing units with specific refrigerant specifications, connecting new units to existing supply and return ductwork and condensate drain.
All work must be completed in accordance with the Statement of Work (SOW) provided.

Place of Performance
Delivery, inspection, and acceptance shall be at 15400 Air Force Road, Brandywine, MD 20613. A site visit is scheduled for 0930 on Thursday, April 11, 2024 at the same location.

Overview

Response Deadline
April 23, 2024, 4:30 p.m. EDT (original: April 16, 2024, 4:30 p.m. EDT) Past Due
Posted
April 3, 2024, 1:53 p.m. EDT (updated: April 18, 2024, 2:47 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Andrews AFB, MD 20762 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
60% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 4/3/24 District Washington issued Synopsis Solicitation FA286024Q4007 for Brandywine HVAC Replacement due 4/23/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333415 (SBA Size Standard 1250 Employees) and PSC N041.
Primary Contact
Name
Elaine Crump   Profile
Phone
(240) 612-1342

Secondary Contact

Name
Alexis Huggins   Profile
Phone
(240) 612-3997

Documents

Posted documents for Synopsis Solicitation FA286024Q4007

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA286024Q4007

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA286024Q4007

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA286024Q4007

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA286024Q4007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFDW > FA2860 316 CONS PK
FPDS Organization Code
5700-FA2860
Source Organization Code
500021995
Last Updated
May 8, 2024
Last Updated By
alexis.huggins@us.af.mil
Archive Date
May 8, 2024