Search Contract Opportunities

USIBWC San Diego Field Office Administration Building Heating, Ventilation, and Air-Conditioning (HVAC) System Repair & Maintenance Services   2

ID: 191BWC24R0005 • Type: Synopsis Solicitation

Description

Posted: Feb. 15, 2024, 11:49 a.m. EST

NOTE - Amendment extending the due date for offers from February 16, 2024 2PM MST to February 23, 2024 PM MST. Solicitation CLINS were changed to reflect an Unit of Each instead of MO and Qty of 1 instead of 12 for CLIN 001 for CLIN 001; CLIN 002 thru CLIN 005 changed to SA - semi-annual instead of MO - month and quantity of 2 instead of 12.

-----------------------------------------------------------------------

NOTE - Amendment with responses to questions and additional drawings added as Attachments.

------------------------------------------------------------------------------

NOTE - Amendment with drawings added to Attachments.

USIBWC San Diego Field Office Administration Building Heating, Ventilation, and Air-Conditioning (HVAC) System Repair & Maintenance Services

This is a non-personnel service contract to assess, restore, and maintain the USIBWC San Diego Field Office Administration Building's HVAC system. The Government shall not exercise any supervision nor control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Vendor who, in turn is responsible to the Government.

This is a for solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

The solicitation number is 191BWC24R0005 and the solicitation is issued as a request for quotation (RFQ).

This requirement is being issued as a total small business set-aside. The associated NAICS code is 238220 - Plumbing, Heating, and Air Conditioning Contractors and small business size standard is $19 million.

The Government intends to award a firm-fixed price award for HVAC) System Repair & Maintenance Services at the USIBWC San Diego Field Office Administration Building. The work is located at 2995 Clearwater Way in San Diego, CA 92154 within the premises of the South Bay International Wastewater Treatment Plant (SBIWTP) Please see the attached Statement of Work for full requirement details. Please complete the Solicitation/Contract/Order for Commercial Items Offeror to Complete Blocks 12, 17, 23, 24 & 30, add prices to CLINS in the Line Item Summary on page 3 of solicitation 191BWC24R0005 and submit with the quote submission.

The Contractor shall provide all resources necessary for HVAC Repair and annual maintenance IAW the attached Statement of Work (SOW). Please see the attached SOW for full requirement details.

The Place of Performance is the Administration Building at the San Diego Field Office 2995 Clearwater Way in San Diego, CA 92154.

Period of Performance: Base + 4 Option Years

Base Year: Fiscal Year 2024 03/01/2024 to 09/30/2024

Option Year 1: Fiscal Year 2025 10/01/2024 to 09/30/2025

Option Year 2: Fiscal Year 2026 10/01/2025 to 09/30/2026

Option Year 3: Fiscal Year 2027 10/01/2026 to 09/30/2027

Option Year 4: Fiscal Year 2028 10/01/2027 to 09/30/2028

Quotes shall be received on or before February 16, 2024 at 2PM MST. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Seone Michael Jones at seone.jones@ibwc.gov.

Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is February 6, 2024 at 2:00 PM MST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.

The Government will award a contract resulting from this solicitation to the responsible Offeror based on Lowest Price Technically Acceptable. Technical acceptability will be based on the Contractor's Technical Approach, Expertise and Qualified Personnel to provide the services, and Past Performance, please attached the specifications on your solicitation. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1 Technical Capability - Contractor shall provide a capability statement or document showing experience, capabilities and qualifications to provide the requested services IAW the SOW. Also, please it should demonstrate that their technicians meet the qualification standards stated in the SOW.

2 - Price: Offeror shall add prices to CLINS in the Line Item Summary on page 3 of solicitation 191BWC24R0005.

3 - Past Performance: Offeror shall provide at least three (3) but no more than five (5) references of work, similar in scope and size with the requirement detailed in the SOW. References may be checked by the Contracting Officer to ensure your company is capable of performing the work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.

The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the SOW in a timely efficient manner. Failure to submit required technical capability and past performance will deem a proposal non-responsive and no consideration for award will be given.

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov.

The clause at 52.212-2, Evaluation-Commercial Items, applies to this acquisition.

Unless the offeror inserts a longer period of time, proposals will remain valid for a period of 90 calendar days from the date specified for receipt of proposals.

Payment information:

The Contractor will be paid in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (July 2013). Invoices will be submitted electronically via Invoice Processing Platform (IPP).

Invoice Processing Platform

The U.S. Section International Boundary and Water Commission (USIBWC) has transitioned to an electronic invoicing system. The Invoice Processing Platform (IPP) is a secure, web-based system provided by the U.S. Department of the Treasury's Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis. IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency.

Information concerning accessing the IPP system will be provided at time of award. Site Visit Information:

Contractors are encouraged to schedule a site visit to ensure an accurate quote is being submitted. Site visits can be scheduled by calling Samuel Katzenstein (619) 227-6347 to schedule for the following dates and time:

Friday, January 26, 2024

Thursday and Friday February 1-, 2024, between the hours of 10:00 a.m. and 2:00 p.m.

All questions arising from the site visit should be directed to the Contracting POC ONLY via email.

PLEASE SEND ALL QUESTIONS TO SEONE MICHAEL JONES AT seone.jones@ibwc.gov BY 2PM MST February 6, 2024. REFERENCE 191BWC24R0005 SAN DIEGO FIELD OFFICE ADMINISTRATION BUILDING HEATING, VENTILATION, AND AIR-CONDITIONING (HVAC) SYSTEM REPAIR & MAINTENANCE SERVICES IN THE SUBJECT LINE.

Please be aware that whatever is said during the meeting is meant to be helpful but does not and cannot change the Solicitation Documents. During this site visit, all conversations are considered informal and are not contractually binding until questions are submitted in written form. The official answers will be posted to SAM.gov for all.

Posted: Feb. 7, 2024, 6:11 p.m. EST
Posted: Jan. 19, 2024, 10:44 a.m. EST
Posted: Jan. 17, 2024, 5:14 p.m. EST
Background
This is a non-personnel service contract to assess, restore, and maintain the USIBWC San Diego Field Office Administration Building’s HVAC system. The Administration Building at the San Diego Field Office is a 4,250 square-foot LEED Gold Certified building constructed and completed in July 2016. Its HVAC system has not been maintained since the building was inaugurated and is currently inoperable since November 2022 due to refrigerant leaks detected in August of that same year.

Work Details
The work is located at 2995 Clearwater Way in San Diego, CA 92154 within the premises of the South Bay International Wastewater Treatment Plant (SBIWTP). The objective is to restore the safe and efficient operation of the Administration Building’s HVAC system within the first six (6) months of the contract and service it through proper maintenance for adequate operation through the remainder of the five (5) year contract. The scope includes, but is not limited to, the replacement of all air filters and cleaning of all fan coil units, condensing units, and conduits.
The HVAC system consists of nine (9) fan coil units (FCUs) manufactured by Mitsubishi where eight (8) are of the PEFY model series and one (1) is of the PLA model series. All FCUs are located within a restricted space between the roof and drop ceiling throughout the Administrative Building as shown in the record drawings.
The three (3) air-cooled condensing units (ACCUs) in the HVAC system are also manufactured by Mitsubishi and comprise two (2) of the PURY-P72 model series and one (1) of the PUY-A18 model series. All ACCUs are located on the roof of the building, which is accessible via a vertical ladder through a 30” x 36” hatch.

Period of Performance
Base Year: Fiscal Year 2024 03/01/2024 to 09/30/2024; Option Year 1: Fiscal Year 2025 10/01/2024 to 09/30/2025; Option Year 2: Fiscal Year 2026 10/01/2025 to 09/30/2026; Option Year 3: Fiscal Year 2027 10/01/2026 to 09/30/2027; Option Year 4: Fiscal Year 2028 10/01/2027 to 09/30/2028

Place of Performance
The Place of Performance is the Administration Building at the San Diego Field Office, located at 2995 Clearwater Way in San Diego, CA 92154.

Overview

Response Deadline
Feb. 23, 2024, 4:00 p.m. EST (original: Feb. 16, 2024, 4:00 p.m. EST) Past Due
Posted
Jan. 17, 2024, 5:14 p.m. EST (updated: Feb. 15, 2024, 11:49 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA 92154 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 1/17/24 International Boundary and Water Commission U.S.-Mexico issued Synopsis Solicitation 191BWC24R0005 for USIBWC San Diego Field Office Administration Building Heating, Ventilation, and Air-Conditioning (HVAC) System Repair & Maintenance Services due 2/23/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC J041.
Primary Contact
Name
Seone Michael Jones   Profile
Phone
None

Secondary Contact

Name
Philip Johnson   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 191BWC24R0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 191BWC24R0005

Award Notifications

Agency published notification of awards for Synopsis Solicitation 191BWC24R0005

Contract Awards

Prime contracts awarded through Synopsis Solicitation 191BWC24R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 191BWC24R0005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 191BWC24R0005

Additional Details

Source Agency Hierarchy
INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO > INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO > INTERNAT BOUNDARY AND WATER COMM
FPDS Organization Code
19BM-199401
Source Organization Code
500025680
Last Updated
April 15, 2024
Last Updated By
seone.jones@ibwc.gov
Archive Date
April 15, 2024