Skip to main content

An official website of the United States government

You have 2 new alerts

Z1DB--689-25-113 ARF Chiller Replacement, West Haven CT Two-Phase Design-Build

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Presolicitation (Original)
  • Original Published Date: Nov 19, 2024 07:01 am EST
  • Original Response Date: Dec 04, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 13, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    ,

Description

689-25-113 Animal Research Facility (ARF) Chiller Replacement VA Connecticut Healthcare System (CHS) West Haven Campus Procurement Number: 36C24125R0009 Two-Phase Design Build Selection Procedures This is a pre-solicitation notice synopsizing an upcoming SDVOSB set-aside competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. A request for proposal (RFP) will be posted on or about December 04, 2024. The VA CHS West Haven Campus requires a contractor to provide professional services to carry out a multi-phased contract for the planning through final design and construction to replace the ARF chiller system located on the 9th floor of Building 2. The successful contractor will provide all labor, materials, tools, equipment, and Design-Build services necessary for design, demolition, and construction of a new chiller system. It is requested that the system shall be designed to replace an existing Modular System with a Package Unit chiller with a 480-volt power supply. The chiller is required to provide temperatures within 2ºF +/- variation of its target temp and low humidity levels for approximately 13,000 gross square feet that houses over 20,000 animals. The new chiller system will utilize the existing rooftop dunnage, plumbing and existing connections. Coordination with the animal research facility is required and environmental requirements will need to be provided for the entire duration of construction when chiller is offline. Performance and payment bonds in an amount of 100% of the contact award amount will be required in accordance with FAR 52.228-15. The NAICS Code is 238220 and the small business size standard is $19 million. The PSC is Z1DB. The magnitude of construction, provided in accordance with FAR 36.204 is between $500,000 and $1,000,000. The solicitation is being issued as a RFP under FAR Part 15, utilizing the two-phase design-build selection procedures authorized by FAR 36.3. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24125R0009 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM) and must be certified by the SBA Veteran Small Business Certification (VetCert) at time of bid opening and throughout the acquisition process as well as the duration of the resulting contract for the awardee: https://www.sam.gov/SAM/ and Veteran Small Business Certification.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History