RFI01
Attachment of room 235 drawing added.
_________________________________________________________________________________________________________
RFI02
Question 01: Can a site visit be conducted and if so, who would the POC be?
Answer 01: Yes, the site visit will be Friday, 13 June 2025 promptly at 2:30 PM PDT but vendors must be at the gate by 2:00 PM PDT. The POC will be SrA Wendy Cano Perez, whose contact information is on SAM.
For in-person attendance, full enforcement of REAL ID goes into effect on 7 May 2025. At this time, DHS has not extended REAL ID enforcement beyond that date. REAL ID criteria has already been written into DoDM 5200.08v3. State issued identification not in compliance with REAL ID may no longer be accepted for identity proofing effective 7 May 2025. This is in accordance with REAL ID Act of 2005, H.R. 418, 109th Cong. (2005) and "REAL ID," Department of Homeland Security, accessed 30 March 2025, https://www.dhs.gov/real-id.
Question 02: Can you confirm a date that RFI's are due?
Answer 02: RFI's must be submitted no later than Monday 16 June, 2025.
_________________________________________________________________________________________________________
RFI03
Question 03: Is this project bidding to general contractors only or are HVAC subcontractors permitted to bid as well?
Answer 03: The only restriction in place is that the vendor submitting a quote must be a listed as a small-buisness under SAM. General contracts and subcontractors are permitted.
_________________________________________________________________________________________________________
The Nevada Air National Guard (NVANG) intends to issue a Request for Quote (RFQ) to award a single firm fixed price (FFP) contract for construction to upgrade the HAVC in building 600, room in accordance with the Performance Work Statement dated 06 June 2025 located at the 152nd Intel Squadron. The real property HVAC located in room 235 of building 600 requires an upgrade due to recent changes. This room is now being used as a training room, with a large amount of extra electrical hardware moved in, causing a major increase in the room’s overall heat production. As such, completion of this project will ensure proper cooling of the space. The contractor is responsible for providing all labor, tools, parts, transportation, equipment, materials, supplies, services, permits, insurance, and supervision as necessary. Additional details are provided in the Standard Form (SF) 1442 (see attached).
This solicitation W50S8C-25-Q-A007 is 100% set aside for small business IAW DFARS 219.502-2(a)(i). If there is an after-hour point of contact, please include in quote. The North American Industry Classification System (NAICS) code is 236220 and the small business size standard is $45M. The Disclosure of Magnitude for this project is between $25,000 and $100,000 IAW FAR 36.204(b).
The period of performance is 170 Calendar Days after Notice to Proceed (ANP).
All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive offerors will be considered by the agency. Paper copies will not be available. You may download the solicitation and email/fax your quote in. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to all documents.
SITE VISITS: See RFI
NOTICE TO OFFEROR(S):
The successful offeror will be determined in accordance with FAR 13.106-2, “Evaluations of Quotations or Offers”. Offers will be evaluated on a “price-only” basis with conforming technical approach: meaning that the government will have reasonable assurance that the proposed contractor is fully capable of meeting the requirement of the Performance Work Statement, delivery terms are minimum, and product meets all required characteristics. Offers must also adhere to the brand name as outlined in the J&A (see attached).