Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2013 FBO #4187
SOURCES SOUGHT

Z -- HVAC Retro-Commissioning, Navy Operational Support Center, Columbus, Ohio

Notice Date
5/10/2013
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CENTRAL FEAD 520 Dewy Ave. Bldg 5 Great Lakes, IL
 
ZIP Code
00000
 
Solicitation Number
N4008313R1027
 
Response Due
5/20/2013
 
Archive Date
8/31/2013
 
Point of Contact
Judy Honold, Contracts Specialist
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
The intent of this sources sought notice is to identify potential Economically Disadvantaged Women Owned Small Businesses who are capable of performing the re-commissioning of the HVAC system in the Navy Operational Support Center, Columbus, Ohio. This project will require the contractor to repair leaks and replacing missing insulation in the HVAC system for better efficiency and proper operation. Naval Facilities Engineering Command (NAVFAC), Midwest, Great Lakes, Illinois is seeking Economically Disadvantaged Women Owned Small Businesses who certified to perform recommissioning of the HVAC system. The estimated cost of this potential project is $100,000 to $200,000. The NAICS Code is 238220 with the annual size standard of $14.0 million. This proposed procurement is being considered as set-aside for Economically Disadvantaged Women Owned Small Businesses Program. Interested firms are requested to submit their Statement of Capability (SOC) which will be the basis for the Government ™s decision to establish this requirement as a set aside for Economically Disadvantaged Women Owned Small Businesses. Interested Economically Disadvantaged Women Owned Small must submit their SOC capabilities. The SOC must describe in detail the firm ™s capability and document they are certified by the National Environmental Balancing Bureau to perform the recommissioning of the HVAC system. The SOC should be submitted electronically to: judy.honold@navy.mil. PROJECT DESCRIPTION: RECOMMISSION HVAC SYSTEM, NOSC COLUMBUS, OHIO. SUBMITTAL REQUIREMENTS: (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) Insure EBWOSB is reflected in SAM data base in the Representations and Certification. (5) Registered in the in Valid in the SAM data base. (6) Licensed/Bonded and fully capable to perform construction work under the NAICS Code 238220. (7) Positive statement of eligibility as either a individual firm or Joint Venture under NAICS Code 238220, with an average annual gross revenue of not more than $14.0 million for the last three complete fiscal years; (8) Certifications/ Resumes and past performance documentation of a minimum of three previous projects between $100,000 to $200,000 and completed within the last five years. Projects must be similar in size, scope and complexity to this project. Include prior experience of key company personnel both in prime/joint venture relationships and all planned major subcontractors, experience in mobilizing and managing a large workforce. (9) Must provide verifiable proof of your bonding capability up to a $200,000 for a single contract. (10) 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, customers known to the government, and any of your sources that may have useful and relevant information. Include information for similar contracts currently in progress or completed with in 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) Period of performance (start and completion dates); (f) Basic contract award and final contract value; (g) Summary of contract work. (11) Provide information on any proposed teaming arrangements. Interested parties can submit their information by e-mail to judy.honold@navy.mil or by mailing their responses to the NAVFAC Midwest, Attention: Judy Honold, 520 Dewey Avenue, Building 5, Great Lakes, IL 60088-2801. Receipt of potential offeror ™s sources sought package shall be received no later than Monday, May 20, 2013, Central Standard Time. NOTE: This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing the RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice. Estimated award date for this potential contract is September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083B/N4008313R1027/listing.html)
 
Record
SN03059519-W 20130512/130510235315-c7b0cd7211c7bb3fbc5bf2908fdd9d6d (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.