United States Department of Agriculture

HVAC Equipment Replacement, Memphis

Last update: Jul 27, 2023 Last update: 27 Jul, 2023

Details

Location:USAUSA
Category:Works
Status:Awarded
Sectors:Heating, Refrigeration
Languages:English
Contracting Authority Type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted:24 Mar, 2023

Attachments 19

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 0

Status

Date

Description

HVAC Equipment Replacement, Memphis

Contract Opportunity

Notice ID:
12639523R0014
Related Notice:
Department/Ind. Agency:
AGRICULTURE, DEPARTMENT OF
Sub-tier:
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office:
MRPBS MINNEAPOLIS MN

General Information:

  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 23, 2023 10:35 am EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 15, 2023
  • Initiative:
    • None

Classification:

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Bartlett , TN 38133
    USA

Description:

The U.S. Department of Agriculture, Agricultural Marketing Service, intends to issue a request for proposals to replace certain HVAC equipment within its headquarters building at 3275 Appling Road in Memphis.  The list of equipment is tabulated in the attached proposal package schedule.  In the solicitation, a proposal form will be included with drawings and specifications describing each proposal package in detail, including mechanical, plumbing, and electrical work associated with each item of equipment.  Generally, the scope will include labor, materials, equipment, and associated electrical work to install and commission the equipment in place, and to connect it to the existing Siemens Building Automation System. 

The chiller equipment (one, two or three 200 NET ton capacity chillers) will be procured on a life-cycle-cost basis.  Each offeror shall provide multiple selections of various equipment manufacturers (Carrier, Daikin, Trane, York), and will be asked to list on the proposal form the following information for each proposal package designation: total first cost to install each option, IPLV efficiency of the chiller at ARI 550 conditions, and cost for a service contract (labor, materials, tools, markup) per year subsequent to warranty expiration (after the first year).  The service contract may or may not be executed, but the proposal shall include all recommended maintenance procedures (turnkey) for the option offered.  The life cycle cost of ownership of the chiller, including first cost, energy cost, and maintenance cost will be calculated over the 20-year life of the chiller.  Lead times from release of order to jobsite arrival shall be listed on the bid form.  For each chiller, and each manufacturer, submit costs for the shortest lead time chiller, the lowest cost chiller, the most efficient chiller, and the best combination of the above criteria.  Each manufacturer may submit four selections meeting this criterion.  Offerors shall include all options corresponding to the attached proposal package schedule.  All selections shall meet the capacities in the construction documents and shall be installed in accordance with the drawings and specifications.  Award will be on the basis of life-cycle cost, and delivery time.  Weighting factors will be on the proposal form. 

Other items to be procured include one, two or three 2821 MBH output 15 psig steam/natural gas boilers (selection based on weighted first cost, efficiency, and lead time), a single plate frame heat exchanger, one, two or three net 200-ton cooling towers, and one or two 40-50 HP 125 psig air compressors with refrigerated air dryers.

Offerors will be asked to submit selections (submittal and performance data) for all equipment proposed for evaluation based on the selection criteria.  Selection criteria will be included in the solicitation documents.  Each proposal package will be submitted per item of equipment.  For example, Offer Package 1A-2 would include the total cost to install two chillers having the manufacturer’s shortest lead time, with the IPLV, annual maintenance cost, and lead time, along with full submittal including performance, weights, dimensions, electrical data, and specifications for the unit.

The estimated magnitude of this project is between $500,000 and $1,000,000.  NAICS code is 238220, with a small business size standard of $16.5 million.  The solicitation and all other documents related to this procurement will be available on SAM on or about April 7.

It is the responsibility of interested parties to monitor this site for the solicitation and amendments, if any. Questions concerning this synopsis should be directed to Jim Roloff, contracting officer, at james.g.roloff@usda.gov.

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits