SOURCES SOUGHT
41 -- ESG HVAC Recomissioning - Attachment 1- Performance Work Statement
- Notice Date
- 4/10/2013
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
- ZIP Code
- 45433-5006
- Solicitation Number
- ESG772ESSPKHTC
- Archive Date
- 5/28/2013
- Point of Contact
- Terrel E. Cloud, Phone: 8502836756, Joseph Willard, Phone: 8502836983
- E-Mail Address
-
Terrel.Cloud@tyndall.af.mil, joseph.willard@tyndall.af.mil
(Terrel.Cloud@tyndall.af.mil, joseph.willard@tyndall.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1- Performance Work Statement SOURCES SOUGHT NOTICE 1. THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUCEMENT FOR INFORMATION PURPOSES ONLY. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. 2. The United Statements Air Force (USAF) has a requirement for the purchase of on-site troubleshooting, diagnostics, recommissioning and repair of heating, ventilating and air conditioning (HVAC) systems at selected Air Force base facilities. The goal of this work effort is to optimize energy efficiency of these facility systems. The contractor shall provide professional technical support and building HVAC recommissioning and repair services in support of base-level Civil Engineers (CE) at various AF facilities worldwide. The contractor shall provide expert analysis, design review, modifications, evaluations, repairs and recommendations for mechanical, HVAC and control systems to resolve temperature, humidity, pressurization, energy waste and indoor air quality issues at major AF facilities to ensure each is operating at peak energy efficiency with the goal of reducing total energy consumption by 30%. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. 3. If your firm would be interested in such work, you are strongly encouraged to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 238220 is applicable to this acquisition. The small business size standard for this NAICS is $14 million. It is anticipated that the performance period will not begin until summer 2013. 4. HVAC RECOMMISSIONING & ENERGY OPTIMIZATION SERVICES tools list is extensive. A listing of all the items required will be listed with a manufacturer model number or a national stock number (NSN). The USAF is looking for companies who can provide all, or some, of the required components. It is imperative that interested companies state which parts of the requirement they can fulfill. 5. Contractors who can provide the supplies should submit in writing an affirmative response which includes as a minimum the following information: a. What is the name of your business? b. What is your business address? c. Is this type of service considered a commercial service within your industry? d. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Alaskan Native, Native American, Tribal, Service Disabled Veteran-Owned concern, or other socioeconomic status according to NAICS code 238220 e. Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513 f. Identify any projects completed in the past for the same or similar items to help determine your firm's capability in meeting the requirement for the items listed in the attached spreadsheet. Include any government contracts (Federal, State, or local) that you have been awarded for this type of requirement. Also, include the contract number and a government point of contact. g. Is this service available on a GSA Schedule? If so, please provide the GSA Schedule number and schedule item number. If GSA is in the process of awarding a schedule for this service please provide the GSA point of contact name and phone number. 6. All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: terrel.cloud@tyndall.af.mil and joseph.willard.1@tyndall.af.mil. 7. The deadline for submitting questions will be 5:00 PM central time on 29 April 2013. All questions MUST be submitted via email to the email addresses listed above. All responses shall be received by 5:00 PM central time on 13 May 2013. Responses shall be no more than 20 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government will only review the first 20 pages and disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. The Government does not intend to rank submittals or provide any reply to firms as it relates to the Government's review of the data submitted in response to this announcement. Attachment 1: Performance Work Statement HVAC Recomissioning
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/981317297b0251d0fd8d7c0518b6bbd4)
- Place of Performance
- Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03033323-W 20130412/130410234659-981317297b0251d0fd8d7c0518b6bbd4 (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 |