Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2016 FBO #5298
SOURCES SOUGHT

Z -- Chiller Plant Alterations and Repairs - Project Documents

Notice Date
5/24/2016
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-16-R-0044
 
Archive Date
6/23/2016
 
Point of Contact
Leslie Christoferson, Phone: 315-330-7255
 
E-Mail Address
leslie.christoferson@us.af.mil
(leslie.christoferson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications Drawings Capable sources are sought for a project involving Chiller Plant Alterations and Repair. The work to be covered under this acquisition consists of furnishing all labor, equipment, devices, and materials and performing all work required to accomplish the first phase of construction to Repair Air Handlers & Controls, Electronics Research Facility, Building 3, at the Rome Research Site (RRS) Rome, NY. This acquisition includes, but is not limited to, these principal features: A. Remove the entrance doors to Bays B & C and in fill the openings to match the existing. Install entrance door, as indicated on the drawings, in the stepped out section of the wall to the east of the original location. Relocate ¾" conduit running along floor to around top of the relocated door. (See Drawing 13 & 14 of 19.) B. Remove condenser water pump CWP-1, and associated accessories and store for reinstallation. Remove concrete pad and indicated sections of the 6" CHWS and CHWR. Remove pump's concrete pad, if necessary for equipment rigging. (See Drawing 13 of 19.) C. Install 500 ton chiller (B/C-2), York model YK (or approved equal); cooling tower (B/C-2), Baltimore Aircoil PT2 Series (or approved equal); indoor sump and all associated piping and accessories, rerouted 6" CHWS and CWHR piping, controls and structural members. (See Drawing 14 of 19.) D. Reinstall condenser water pump CWP-1 and updated piping for the existing 250 ton chiller and tower. (See Drawing 14 of 19.) E. Install a condenser water chemical feed system for the new chiller/tower. Equipment should be installed next to and match the existing. Three Pulsatron Model LE02SA-PTCJ-xxx, 6GPD pumps controlled by a Pulsatrol Series 9000 controller and sensors to measure conductivity and OPR. (See Drawing 3 of 19.) The remaining drawings contain details, schematics and schedules referenced for this work and contain additional information for this phase, as well as other phases of the full design. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. The attached technical specifications and drawings are not necessarily indicative of the final contract documents. The applicable NAICS code is 238220 with an associated small business size standard of $15M average annual revenue. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a), HUBZone Small Business (SB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB) or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a "full and open" basis. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 25% of the cost of the contract, not including the cost of materials, with its own employees. All interested 8(a); HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond. In order to be considered, responses must include the following: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor. 2. Evidence of successful completion within the past five (5) years as a prime contractor of at least two (2) projects similar in magnitude and scope to the work described in this notice. 3. Past performance information for work cited above to include: (a) Project description detailing the size, scope, complexity, phasing plan, planned and actual budget, planned and actual schedule, schedule control, coordination, and prime contractor's experience in delivering the completed projects satisfactorily to the end users. (b) Description of methods employed to successfully work within the fixed schedule and prescribed budget. (c) Contract numbers, project titles, dollar amounts, points of contact, and contact information. (d) Description and quantification of work performed by subcontractors. 4. With regard to this acquisition, a narrative statement describing the intended responsibilities of the prime contractor and subcontractor(s), what work elements each would accomplish, and how the prime contractor would fulfill the requirement to perform at least 25% of the work (not including the cost of materials) with its own employees. 5. Evidence and quantification of bonding and insurance capacity for the work described in this notice. 6. Description of Safety and Quality Control methodologies not to exceed 2 pages each. 7. Documentation of current 8(a), HUBZone SB, SDVOSB, WOSB or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) NOTE: All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested may result in a contractor being considered ‘NOT INTERESTED' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Leslie Christoferson, Contract Specialist (Leslie Christoferson@us.af.mil) with an email copy to John Haberer (John.Haberer@us.af.mil ) and Small Business Specialist (Janis.Norelli@us.af.mil). Responses must be sent by email. All information must be received before 3:00 PM (ET) 8 June 2016 to be considered. Technical questions may be referred to Leslie Christoferson or John Haberer at the email addresses indicated above. Small Business program questions may be referred to Janis Norelli, email Janis.Norelli@us.af.mil If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System Award Management (SAM - http://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil). This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-16-R-0044/listing.html)
 
Record
SN04127462-W 20160526/160524234839-c791b24a2f4602185d6c9a8ee023df45 (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.