MODIFICATION
J -- HVAC, Electrical, and CRAC Services - Draft Solicitation
- Notice Date
- 4/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-14-R-5001
- Archive Date
- 5/19/2015
- Point of Contact
- Andrew J Fallon, , Tracie Winfree,
- E-Mail Address
-
andrew.fallon.1@us.af.mil, tracie.winfree@us.af.mil
(andrew.fallon.1@us.af.mil, tracie.winfree@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RFP Exhibit A - Contract Data Requirements List A0001 Request for Proposal Past Performance Consent Letter Past Performance Client Authorization Letter Past Performance Questionnaire Quality Assurance Surveillance Plan Wage Determination Performance Work Statement and Attachments This notice serves as market research to gain industry comments on the Draft Request for Proposal (DRFP) and also serves as a pre-solicitation notice for HVAC, Electrical, and CRAC services at Peterson AFB, CO. The contractor will provide non-personal services, supervision, tools, materials, and equipment to upgrade, repair, and operate 1) All electrical, Heating, Ventilation, and Air Conditioning (HVAC), Computer Room Air Conditioning (CRAC) Units, and limited support of Uninterruptible Power Supply (UPS) systems located in Building 2 at Peterson Air Force Base (PAFB), 2) HVAC, electrical systems, CRAC, and Power Distribution System (PDS) located at Building 1844 at PAFB, and 3) all CRAC units located at multiple buildings on PAFB. This notice does not constitute a solicitation, but it does indicate the plan for a solicitation in the future. DO NOT SEND PROPOSALS. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice are solely at the responding parties' expense. The Government contemplates soliciting for a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five (5) year ordering period expected to be 1 Sep 2015 through 31 Aug 2020 plus a potential six (6) month extension of services IAW FAR 52.217-8. It has been determined that competition will be limited to 8(a) firms with the assigned NAICS. The NAICS for this acquisition is 561210, with a size standard of $38.5M. The contract is anticipated to be a Firm Fixed Price contract with several cost-reimbursement CLINs. Minimum contract value is $50,000.00. Maximum contract value is $9,990,000.00. This requirement is a consolidation of the following four (4) contracts: 1) FA2517-11-C-5001, contractor: Aleut Facilities Support Services, LLC, estimated $6,012,082 2) FA2517-11-C-5003, contractor: Aleut Technologies, LLC, Estimated $499,579 3) FA2517-15-P-5003, contractor: Dawson Technical, LLC, estimated $92,740 4) FA2517-14-A-5000, contractor: Rocky Mountain Climate, Inc, estimated $75,000 per year. This contract requires services to perform HVAC, electrical, and CRAC systems support services 24 hours a day, seven days a week, and 365 days a year. Services include facilities management duties, operation, maintenance, repair, and the test and inspection of equipment to include: HVAC, CRAC systems, electrical distribution systems, Power Distribution Systems (PDS), generators, and solid state uninterrupted power systems (UPS). The contractor will ensure proper inspection and maintenance of primary and ancillary equipment and system functions, including but not limited to production, production control, distribution, pumping, emission control, fuel supply, and plant effluent refrigerants. Contractor will also ensure computer systems and equipment supported and affected by the repairs and/or maintenance will maintain sufficient temperature levels (68-74 degrees Fahrenheit room temperature). In response to the attached DRFP, the Government requests industry to provide any comments, questions and/or suggestions in an effort to improve the documents for the official RFP. Specifically, provide responses to the following: a. How do you think this RFP format content affects your best proposal effort? b. Are the PWS, appendices, equipment lists, and other referenced documents clear? c. Identify any risks you perceive with the effort described in the Draft RFP (cost drivers, budget, and schedule) and describe reasonable/achievable alternatives to reduce the risks. d. Are sections 52.212-1 and 52.212-2 clear? Interested parties are requested to submit questions or comments in reference to the DRFP to this announcement, via email ONLY, by 11:00AM on 4 May 2015. Please do not provide any capability statements or company brochures with your responses. Only questions or comments in reference to the draft documents will be reviewed. The solicitation will be issued in electronic format and may be downloaded from the FedBizOpps web site at http//www.fedbizopps.gov. It will be the responsibility of the contractor to check this website for the issuing and any changes to the solicitation. Release of the final RFP is anticipated during the month of May, 2015 with a solicitation closing date in June, 2015. Bids will be accepted from all interested, responsible and responsive parties. Estimated award date is 1 Sep 2015. The Government anticipates utilizing a tradeoff source selection process wherein Technical will be assessed on an acceptable/unacceptable basis and the Government's tradeoff decisions will be based upon a tradeoff between past performance and price where past performance is approximately equal to price. Interested parties should register for the Interested Vendors List to receive updates to this announcement. Contract teaming is encouraged as prescribed under the SBA rules for Joint Ventures, Prime Contractor/Sub Contractor arrangements and the SBA, AF, or DOD Mentor-Protégé Procedures. All prospective offerors are responsible to visit the web frequently and obtain the solicitation, any amendment, or other information pertaining to this solicitation. All prospective contractors must be registered in the System Awards Management System (SAM) and Wide Area Workflow (WAWF) in order to be eligible for award. Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through the above referenced website and the solicitation number. The Government plans to use the Federal Business Opportunities (FBO) website and e-mail as the primary means of disseminating and exchanging information. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the following: Ms. Tracie Winfree, tracie.winfree@us.af.mil Mr. Drew Fallon, andrew.fallon.1@us.af.mil DISCLAIMER: Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. Electing not to submit questions or comments does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not participate. Any subsequent solicitation, if issued, will be subject to availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-14-R-5001/listing.html)
- Place of Performance
- Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN03708408-W 20150425/150423234526-357c4a121f29272931c3aff089efae4b (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 |