SOURCES SOUGHT
41 -- Sources Sought Absorption Chiller Maintenance & Repair
- Notice Date
- 11/20/2006
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-PRNHC-01G-200H
- Response Due
- 12/18/2006
- Archive Date
- 1/2/2007
- Description
- THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT ONLY and while a solicitation does not presently exist, a solicitation will likely be crafted based, in part, upon responses to this notice. ................................................................................................................................. NAVFAC Midwest is currently seeking potential sources for a Performance-Based Preventive Maintenance and Routine Repair Service Program for a 450 ton Trane Gas-Fired Absorption Chiller at Naval Health Clinic, Building 200H, Naval Station Great Lakes, Illinois............................................................... The scope of work is expected to include all labor, supervision, management, tools, materials, equipment, transportation, incidental engineering, and other necessary items to provide a performance-based preventive maintenance and routine repair service program to keep an approximately 6-year old Trane model ABDA448, 450 ton, Horizon, Direct-Fired Absorption Water Chiller, and associated appurtenances, operating within manufacturer's recommended parameters. This is expected to include, but not be limited to, providing routine and emergency service calls, start up inspections, operating inspections, gas/flue combustion analysis, scheduled preventative maintenance, emergency and scheduled repair services, lithium bromide replacement, on site training, and maintaining facility maintenance data and warranty records in a technical library ............................................................................................................. If issued, the RFP will likely be a combination Firm Fixed Price/Indefinite Quantity Performance-Based Contract, using Best value Source Selection Procedures. In addition, if issued, the Request for Proposal (RFP) will likely indicate that the base award will be for a period of one year with up to four (4) option periods (years). Exercise of each option period would depend on contractor performance and whether the requirement continues to exist. The total duration, including the exercise of any options, would not exceed five (5) years (60 months). The North American Industry Classification System (NAICS) is 238220, and the size standard is $13,000,000.00 ................................................................................................................................................................................................................. This is not a request for proposal and no solicitation is available at this time. A market research survey is being conducted to determine interest and capability of potential sources from any 8(a), HUBZone, Service Disabled Veteran-Owned Small Businesses, and/or general Small Business offerors. All interested parties are invited to respond by registering and submitting a statement of capabilities .......................................................................................................................................................................................................... STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for the Government's decision to establish this requirement as a competitive 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business set-aside acquisition, or a Small Business Set-Aside acquisition. Interested 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses, or Small Businesses must submit a Statement of Capabilities (SOC), which describes in detail the firm's capability of providing the above services at the Naval Station Great Lakes, Illinois ...................................................................................................................................................The SOC shall include the following...................... (1) Full name and address of the firm;....................... (2) Year firm was established;................................ (3) Names of two principals to contact (including title, telephone and fax numbers);.................................. (4) Proof of 8(a) certification, HUBZone Certification or Service-Disabled Veteran Owned Small Business status or Small Business status;..................... (5) If responding as an 8(a), provide the name and phone number of your SBA Business Opportunity Specialist;.......................... (6) Certification that registration in the Central Contractor Registration (CCR) database at http://www.ccr.gov and online representations and certifications at https://bpn.orca.gov are current;............................... (7) If responding as an 8(a), positive statement of eligibility as an 8(a) under NAICS Code 238220, with an average annual gross revenue of not more than $13 million for the last three complete fiscal years;.................................. (8) Certifications/ Resumes and past performance documentation of a minimum of (5) five previous projects completed within the last five (5) years that are similar in size, scope and complexity to this project. Also include,.............. (a) Prior experience of key company personnel in providing similar services;................. (b) Prior experience of all planned subcontractors' in providing similar maintenance services;..................... (c) Evidence of 10 or more years of absorption chiller maintenance experience;........................ (d) Evidence of Trane factory trained service technicians with minimum 3 years experience who would be used on any proposed project, and;....................... (e) Evidence of certification as Trane authorized service Contractor on Trane direct fired chillers......................... (9) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm. Include information for similar contracts currently in progress or completed within the last five years. The following information (Government or Commercial) shall be provided for each of your references:..................... (a) Contract Number and Project Title;................. (b) Name of contracting activity;.................... (c) Administrative contract officer's name, current telephone number;............................ (d) Contracting officer's technical representative or primary point of contact name and current telephone number;....................... (e) Contract type (e.g. firm fixed price, cost plus, requirement or combination);.......................... (f) Period of performance (start and completion dates);...................... (g) Basic contract award and final contract value;.................. (h) Summary of contract work................... (10) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513................................................................................................................................................................... The Statement of Capabilities must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section tabbed. Interested parties shall mail or hand-deliver their responses to NAVFAC Midwest, Attention: G. E. ODORIZZI, Contract Specialist, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror's SOC shall be received no later than December 18, 2005 at 4:00 p.m. local time.
- Place of Performance
- Address: 3001A Sixth Street, Great Lakes, IL, ,
- Zip Code: 60088-5230
- Country: UNITED STATES
- Zip Code: 60088-5230
- Record
- SN01184353-W 20061122/061120221058 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |