Federal Bid

Last Updated on 02 Jul 2019 at 8 AM
Solicitation
Location Unknown

Kathmandu, Nepal - Design/Build Chiller Replacement Project

Solicitation ID 19GE50-19-R-0068
Posted Date 18 Jun 2019 at 6 AM
Archive Date 02 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Procurement Support Office Frankfurt, Germany
Agency Department Of State
Location Nepal
PRE-SOLICITATION NOTICE
Solicitation No: SGE500-19-R-0068

The American Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for:

Design / Build Construction Services - HVAC System: Air-Cooled Chiller Repair by Replacement at the US Embassy Kathmandu, Nepal.

The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction Type Contract during the third quarter of calendar year 2019.

The successful contractor shall provide complete architectural and engineering services and construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of this contract within the established timeframe.

The work includes among other construction activities, requires:

Architectural and Engineering Service and Construction services to remove four existing air-cooled chillers and install three new air-cooled chillers at the U.S. Embassy Utility Building in Kathmandu, Nepal.

NOB Roof Chiller: On the roof of the new office building (NOB) roof, the contractor shall remove one 45-ton air-cooled chiller and install one new 45-ton air-cooled chiller, with duplex pump package, and accessories as required by this scope of work. Chiller shall have scroll compressors. Neither the chiller compressors, nor chiller condenser fans shall have variable frequency drives (VFDs). This effort includes all necessary piping removal and modifications.

UTL Building Roof Chillers: On the roof of the utility (UTL) building, the contractor shall remove three existing air-cooled chillers and install two new 190-ton air-cooled chillers. Neither the chiller compressors, nor chiller condenser fans shall have variable frequency drives (VFDs). This effort shall include the removal and installation of two new primary chiller water pumps inside the UTL building, which shall be sized for the two new chillers. This effort includes all necessary piping modifications.

The chilled water plant repair by replacement scope will be split into two basic phases, with the first being, Engineering and Construction Documentation Services and the second being Construction Services. The first phase will include developing construction documents capturing the installation intent and construction phases, which shall include site plans, demo / new work plans, equipment cut sheets, and relevant engineering calculations. This construction services work will include carefully removing the existing chillers and making repairs / modifications to the existing systems to accommodate the installation new air-cooled chillers, new primary chilled water pumps, and associated requirements.

The magnitude of this project is anticipated to be between $1,000,000.00 and $5,000,000.00 U.S. Dollars for the entire project.

Companies interested in the solicitation should express their interest by written correspondence, no later than Monday July 1, 2019, at both of the following email addresses and MUST include the following information: Name of Firm, Name, Telephone, Email Address of Point of Contact and Complete Physical and Mailing Address of Firm DO NOT TELEPHONE.

Firms shall be knowledgeable in written and spoken English.

APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST

In applying for the solicitation material, you are acknowledging that your company is able to reach compliance with the following highlighted requirements included in the solicitation.

In accordance with DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999), it will be necessary for your organization to possess authorization to operate and do business in the country in which this contract will be performed. Furthermore, authorization shall include the requirement to be registered to do business in Nepal, and the obligation to be in possession of a Value Added tax registration number. Contractors shall be required to provide:

a) A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the country of performance
b) Details of your findings and a description of what your organization will actually be required to undertake to obtain licensing and requisite permit(s)
c) Any impact such authorization may have on the contractor's operating name and address
d) Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization. Any plan reflecting a protracted period (i.e. more than 15 calendar days after award) in obtaining license(s) and/or permit(s) shall be rejected at the discretion of the Contracting Officer since further delay would otherwise harm the Government.

You will be required to provide information that clearly shows you are able to perform work in Nepal. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified.

Irrevocable Letters of Credit (ILOC): The successful contractor will be required to provide the government with surety in the form of Irrevocable Letters of Credits totaling 40% of the value of the contract.

If you have a Duns number* and have been SAM** registered, please include below. Please note that the requirement to obtain a Duns number and for your company to be SAM registered, will be a mandatory requirement upon contract award.

Duns number:_______________________ SAM Registered: ( ) Yes ( ) No

* Dunn and Bradstreet: www.dnb.com/get-a-duns-number.html
** System for Award Management: SAM.gov

The failure to provide the above documentation when submitting your proposal may result in your proposal being found technically unacceptable and removed from the competition without further discussions.

Solicitation and award will be subject to the laws and regulations of the United States of America. This requirement is being competed utilizing full and open competition procedures.

The Contract Specialist for the administration of this contract is Mr. Graham Andrews, Tel. +49 69 7535 3307, email [email protected].

 

Bid Protests Not Available