SOURCES SOUGHT
Z -- Repair Fresh Air Intake, F/10828
- Notice Date
- 3/2/2015
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- Project-ZHTV140010
- Point of Contact
- Lisa Flanagan, Phone: 937-522-4519, Kevin D Parks, Phone: 937-522-4545
- E-Mail Address
-
mellisa.flanagan@us.af.mil, kevin.parks.1@us.af.mil
(mellisa.flanagan@us.af.mil, kevin.parks.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), HUBZone, Economically-Disadvantaged Woman-Owned (EDWO) and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only. The scope of this project includes all work associated with removing existing dedicated outdoor air system (DOAS) units, make-up air units, constant volume air-handling units, exhaust fans, and transfer fans, and replacing them with new variable-air-volume (VAV) air-handling units, VAV terminal boxes, exhaust fans, and transfer fans. The work includes associated modifications to ductwork, piping, ancillary equipment, and providing new Direct Digital Controls (DDC). Due to the increased sizes of the new air-handling units, rework of the mechanical rooms will need to take place to get all of the larger equipment, ductwork and piping to fit. New VAV terminal boxes on the DOAS systems will be cooling only, and all other VAV terminal boxes will have hot water reheat coils with new hot water piping installed to them. The work also includes the extension of existing wet pipe sprinkler systems to provide protection for areas (rooms) currently not protected, and the installation of emergency egress lighting and audio/visual fire alarm devices in identified areas. SPECIAL REQUIREMENTS/CONCERNS: The majority of the project is required to meet ICD 705 security standards and therefore attention to security details and coordination with the Government will be required for inspection and certification of the spaces. A 72 hour notice is required for facility access and escorts are required for all work to be accomplished. The scope of this project requires the Contractor to adhere to strict, well-coordinated schedules, and a need to maintain meticulously kept work sites, material storage, and staging areas. The Contractor is required to incorporate efficient delivery routes throughout the complete project site to prevent impacts to occupants and project delays. The facility will remain occupied while work commences and the Contractor must work to minimize impact to normal operations of the facility. The Contractor is required to develop a schedule for his work that includes length of time that each space will need to be occupied. The Contractor will be required to provide the Contracting Officer with weekly briefings. These briefings shall track progress and identify all spaces that will be impacted by his work three weeks before the work in these spaces is planned for execution. The anticipated period of performance is 275 days and the estimated magnitude is between $1,000,000 and $5,000,000. The NAICS Code assigned to this acquisition is 238220 (Plumbing, Heating and Air-Conditioning Contractors), with a Size Standard of $15M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, SDVO, EDWO, or HUBZone). All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(4). All interested Prime contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 10:00 A.M. ET on 18 March 2015: Please include the following in your Capability Package: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; (2) Your DUNS Number and/or CAGE Code; (3) Date of HUBZone certification, if applicable; (4) Documentation of SDVOSB status, if applicable; (5) EDWO must provide information IAW Federal Acquisition Regulation 19.1503; (6) List of capabilities and/or 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 (limit to 5 single-sided pages); (7) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (8) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; (9) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. (10) Contractor must either be ICD 705 compliant or demonstrate ability to become compliant prior to the potential release of the solicitation. Proof of compliance is required to be provided with your capability package (e.g. verification of JCP registration or other verifiable proof that the company is US-owned and has begun the JCP registration process). Fax or e-mail responses will be accepted. E-mail to mellisa.flanagan@us.af.mil or fax 937-257-2825. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 5 pages. Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "PROJECT ZHTV140010". If sending attachments by e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a.zip or.exe files is attached, it may be deleted by the e-mail filters.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/Project-ZHTV140010/listing.html)
- Place of Performance
- Address: Facility 10828, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Record
- SN03656440-W 20150304/150302235142-0e2618afe0595c106ee19ac153ba83f6 (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 |