HVAC Equipment Replacement, Memphis
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: Solicitation (Updated)
- Updated Published Date: Apr 27, 2023 09:01 am CDT
- Original Published Date: Apr 25, 2023 01:32 pm CDT
- Updated Date Offers Due: May 25, 2023 10:00 am CDT
- Original Date Offers Due: May 25, 2023 10:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 09, 2023
- Original Inactive Date: Jun 09, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
- NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
- Place of Performance: Bartlett , TN 38133USA
Description
The USDA AMS Cotton and Tobacco Program wishes to replace certain equipment within their Headquarters building at 3275 Appling Road in Memphis, Tennessee. The list of equipment is tabulated in the attached Proposal Package Schedule. Also attached to the solicitation are bid forms describing each bid package in detail, including mechanical, plumbing, and electrical work associated with each item of equipment (attachment 6). 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 Seimens 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 bid form the following information for each proposal package designation: total first cost to install each option, and IPLV efficiency of the chiller at ARI 550 conditions. 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 proposal package schedule attached. All selections shall meet the capacities in the construction documents and shall be installed in accordance with the drawings and specifications. Award of proposal packages will be based on life-cycle cost, and delivery time.
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 are asked to submit selections (submittal and performance data) for all equipment proposed for evaluation based on the selection criteria. Selection criteria are 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.
Solicitation and attachments are posted below.
Amendment 0001 posted below.
Attachments/Links
Contact Information
Contracting Office Address
- 250 MARQUETTE AVENUE SUITE 410
- MINNEAPOLIS , MN 55401
- USA
Primary Point of Contact
- Jim Roloff
- james.g.roloff@usda.gov
- Phone Number 6125907603
Secondary Point of Contact
History
- Jul 08, 2023 10:56 pm CDTSolicitation (Updated)
- Jun 15, 2023 10:59 pm CDTPresolicitation (Original)
- Jun 02, 2023 10:44 am CDTSolicitation (Updated)
- May 25, 2023 02:14 pm CDTSolicitation (Updated)
- May 24, 2023 09:59 am CDTSolicitation (Updated)
- May 19, 2023 09:45 am CDTSolicitation (Updated)
- May 15, 2023 10:38 am CDTSolicitation (Updated)
- Apr 27, 2023 09:01 am CDTSolicitation (Updated)
- Apr 25, 2023 01:32 pm CDTSolicitation (Original)