SOURCES SOUGHT
Z -- Reconfigure Chilled Water Distribution System, NASIC Complex
- Notice Date
- 5/10/2011
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-R-0109
- Archive Date
- 6/8/2011
- Point of Contact
- Jennifer R. Hansen, Phone: 9375224614, Natalia Lugo-Vina, Phone: 937-522-4640
- E-Mail Address
-
jennifer.hansen@wpafb.af.mil, natalia.lugo-vina@wpafb.af.mil
(jennifer.hansen@wpafb.af.mil, natalia.lugo-vina@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Force is seeking sources for a potential 100 percent set-aside for 8(a) Region V, HUBZone, Woman Owned Small Business (WOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISTION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This is a sources sought for planning purposes only. This is Project 09003415, Reconfigure Chilled Water Distribution System, National Air and Space Intelligence Center (NASIC) complex. This effort includes three projects to be performed at Wright-Patterson AFB, OH: 1) Project Number ZHTV09003415 to Reconfigure Chilled Water includes upgrades to the chilled water distribution system throughout the NASIC complex, including but not limited to replacing pumps, valves, controls, piping and an enclosure on the roof of Building 829 to house the 20" header, air separator and expansion tanks; 2) Project Number ZHTV110025 Install Chiller Number 5 in Building 829 including a new cooling tower, condensing and chilled water piping, valves, direct digital controls, and pump; and 3) Project Number ZHTV110026 Replace 3, 60 ton chillers in the penthouse in Building 828, including 3 new pumps, associated piping, valves, and direct digital controls. Special Requirements/Concerns: This project impacts an absolutely critical AF mission in support of war fighters. The schedule must be closely coordinated as intelligence production and analyses will be impaired by any disruption due to lack of cooling, heating, and ventilation in this essentially windowless facility. This project requires a contractor familiar with working in a secure building. NASIC requires that contractors requiring access to their facilities be U.S. citizens. The contractor should have flexibility with their work plan and be able to forecast their work. A 48-hour notice is required for access. An escort is required for all work in the NASIC Complex. The contractor will need proper manpower in all relevant disciplines to work continuously in one work area and finish the work before moving on to the next area. Furthermore, in order to reduce the impact to NASIC's mission, only part of the work area will be vacated at a time. The contractor will be required to maintain meticulously kept work sites and material and debris delivery routes through the building. This project is on a historic building and is subject to State Historic Preservation Office SHPO oversight. Buildings 858, 828, and 829 are all considered historic buildings. The project ZHTV110025 (Chiller Number 5) is also subject to a statutory limitation of $750K. The Air Force intends to award a contract with a 365 day period of performance. The estimated magnitude of the entire contract is between $1,000,000 and $5,000,000. NAICS Code: 238220 Size Standard: $14M. Prime contractors who are 8(a) Region V, HUBZone, WOSB or SDVOSB and who intend to submit a bid for this solicitation are highly encouraged to submit the following by 3:00 p.m. (local Dayton time) on 24 MAY 2011: Responses should include the following: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) date of HUBZone certification; and/or (3) documentation of SDVOSB status; and/or (4) 8(a) certification; and/or (5) WOSB status; and (6) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project; (7) documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (8) If you are a HUBZone considering a joint venture that has not been formalized, you will need to specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. Firms interested should provide the above documentation. Fax or e-mail responses will be accepted. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a) Region V, HUBZone, WOSB, or SDVOSB concerns. Responses shall be limited to 5 pages. Please include your DUNS Number or CAGE Code on your response. Failure to submit all information requested would result in a contractor being considered "non-responsive" in this requirement. A decision on whether this will be pursued as a set-aside or an unrestricted basis will be posted as a modification in Federal Business Opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-R-0109/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02444311-W 20110512/110510234819-5574fac321669d110fc9320248e65446 (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 |