Skip to main content

An official website of the United States government

You have 2 new alerts

ND ARROWWOOD NWR GEOTHERMAL HVAC REHAB

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jul 03, 2024 09:50 am EDT
  • Original Date Offers Due: Jul 26, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 25, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:

Description

ND - ARROWWOOD NATIONAL WILDLIFE REFUGE (NWR) - GEOTHERMAL HVAC REHAB

The U.S. Fish and Wildlife Service has a project that requires diagnoses, inspection, and recommendations for repair of the existing Geothermal HVAC System in accordance with the Scope of Work (SOW).

Please read the entire Request for Proposal (RFP) and all attachments prior to submitting quote.

Solicitation number 140FC124R0052 is being issued as an RFP.

This solicitation is open to ALL businesses with an associated NAICS code of 238220 - Plumbing, Heating, and Air-Conditioning Contractors. This solicitation is for a Firm Fixed Price contract.

This award will be made based on Lowest-Price Technically Acceptable (LPTA) as detailed in FAR 15.101-2. The LPTA process is a simplified best value source selection strategy that permits the best value to the Government resulting from the selection of a technically acceptable proposal with the lowest price. While evaluating quotes utilizing LPTA, price and technical acceptability are the two evaluation factors. Price and Technical Acceptability when evaluated are weighted equally.

Solicitation proposal submission requirements as noted in SECTION L, L.2.0 QUOTATION INSTRUCTIONS, L.2.1.1 through 2.1.4 are mandatory and all proposals that do not include ALL of the required documentation will be considered non-responsive and will not be considered for award.

System for Award Management (SAM) Registration: A prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained via the Internet at https://sam.gov/content/entity-registration

Proposal Submission: Proposals (including all required documents) must be submitted via e-mail to john_ferrall@fws.gov, no later than July 26, 2024, by 5:00 pm EDT. Please indicate the following in the subject line: Proposal Submission-140FC124R0052.

Request for Information (RFI) Submission: In an effort to maintain a complete record of inquiries and questions and to provide more detailed and faster responses, all questions shall be in writing via email (NO PHONE INQUIRIES). Questions may be emailed to john_ferrall@fws.gov. Inquiries received after July 16, 2024, may not receive a response. If necessary, questions received will be answered through an Amendment to this Solicitation.

Contracting Point of Contact:
Drew Ferrall, Contract Specialist
US Fish and Wildlife Service, Joint Administrative Operations
john_ferrall@fws.gov

Contact Information

Contracting Office Address

  • FWS, Construction A/E Team 1 5275 Leesburg Pike
  • Falls Church , VA 22041
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Oct 25, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)