Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2008 FBO #2565
SOURCES SOUGHT

Z -- Mechanical Maintenance, Repair, and Minor Construction

Notice Date
12/2/2008
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-R-0003
 
Archive Date
12/27/2008
 
Point of Contact
Bryant Soule,, Phone: 315-330-4723, Janis M Norelli,, Phone: 315/330-3311
 
E-Mail Address
bryant.soule@rl.af.mil, janis.norelli@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
Capable sources are sought to perform a Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Air Force Research Laboratory (AFRL) Rome Research Site (RRS) NY 13441. This is a Sources Sought Notice and not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of any costs to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future solicitation. The Air Force is considering whether to set-aside this contemplated Firm Fixed Price (FFP) acquisition for 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) sources. If adequate responses to this Sources Sought Notice are not received, the acquisition may be solicited on an Unrestricted basis. If this effort is to be set aside, then the clause at FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 25% of the cost of the contract, not including the cost of materials, with its own employees. This Sources Sought Notice is for planning purposes only. The applicable NAICS code is 238220 with an associated small business size standard of $14,000,000 average annual revenue. This acquisition includes but is not limited to completion of delivery orders in the following areas of mechanical maintenance, repair, and minor construction: (a) maintenance, repair, and minor construction services for a variety of HVAC&R equipment and their components. This work includes the maintenance, repair, and installation of all components, devices, equipment and associated systems, including but not limited to compressors, blowers, motors, drive assemblies, fans, service valves, dampers, condensers, cooling coils, piping, pumps, purge units, control systems and wiring, duct work, burner assemblies, combustion chambers, thermostats and temperature controls, registers, condensate and drip pans and drains, grills, evaporators, air filters, heat/air conditioning units, electrical appurtenances and all other items of equipment essential to the proper operation of HVAC&R equipment and systems in accordance with the manufacturer's manuals. (b) maintenance, repair, and minor construction services to plumbing systems. These services shall include all common industrial/commercial fixtures, water supply piping, and various types of waste water drainage systems, backflow preventions devices, and common fire protection sprinkler systems. When repaired, plumbing systems and fixtures shall operate with proper pressure flow and drain freely and work in good, safe operating condition, free of leaks and drips. Specifications, drawings, and associated documents will be provided at time of solicitation. NOTE that this description of work is for the purpose of general information only and is not intended to include nor describe every feature of work or to define the scope of the work completely. The estimated ordering period will be 5 years from the date of contract award. The estimated magnitude of construction is between $100,000 and $250,000 annually. The Davis Bacon Act will apply to performance of this contract. All interested 8(a), HUBZone, SDVOSB, and SB concerns are invited to respond. Responses must include: (1) positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (2) evidence of experience within the past three years of work similar in magnitude and scope to include: (a) at least one referenced mechanical and/or plumbing job where your firm repaired an existing condition; (b) one referenced mechanical and/or plumbing job where your firm maintained existing mechanical and/or plumbing components and/or fixtures; (c) one referenced job where your firm performed minor new mechanical and/or plumbing construction; and (d) one referenced job where your firm either repaired, maintained, or completed new construction which implemented Simplex-Grinnell sprinkler or fire suppression systems, or your firm managed an entity of Simplex-Grinnell as a sub-contractor; (3) past performance information for work cited above to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; and (4) documentation of current 8(a), HUBZone, SDVOSB, or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.) Special attention should be given to the pre-proposal site meeting requirement that will be included in the contemplated contract. Due to the nature of the work requirements the awarded contractor will be responsible to attend pre-proposal site meetings for all prospective delivery orders at no additional cost to the government. The contractor will be asked to schedule and attend a pre-proposal meeting within 5 business days after notification from the contracting officer. All responses must be submitted in sufficient detail for a decision to be made on a 8(a), HUBZone, SDVOSB, and/or SB set aside. Failure to submit all information requested may result in a contractor being considered ‘not interested' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Janis Norelli, Small Business Specialist (tel 315-330-3311, 26 Electronic Parkway, Rome NY, 13441-4514) with an email notice to Mr. Bryant Soule, Contract Specialist (bryant.soule@rl.af.mil). Technical questions may be directed to Bryant Soule at 315-330-4723, email bryant.soule@rl.af.mil. All information must be received before 3:00 PM EST FRIDAY 12 DECEMBER 2008 to be considered for selection. NOTE: In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=20b220b0bac74da86b17ed9b03069e4c&tab=core&_cview=1)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01712586-W 20081204/081202215925-20b220b0bac74da86b17ed9b03069e4c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.