SOURCES SOUGHT
Y -- Market Research for Repair & New Construction in Central Alabama
- Notice Date
- 10/31/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-18-L-0005
- Archive Date
- 11/16/2017
- Point of Contact
- Jason Dalton, Phone: 2514415730
- E-Mail Address
-
Jason.J.Dalton@usace.army.mil
(Jason.J.Dalton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business firms interested in a prospective procurement of construction, renovation and repair services in Central Alabama. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing upgrade chilled water supply to a Building Automation System (BAS) controlled dual path chilled water supply loop and to add an alternate source for makeup water for the condenser system. The result of this project is to provide dual chilled water paths in existing data facility so that the operation of the site can be concurrently maintained in the event of a failure in any of the chilled water piping. A new system shall be installed and once completed, remove any of the old system that is not in use. Project installation shall include a chilled water path that provides chilled water to all areas of the facility that contain data center cooling equipment. The new system shall contain two 8" (inch) water loops, one to support each of the 2nd and the 4th floors, with 10" (inch) main lines that provide water to either side of the facility and a cross connection in the 3rd floor mezzanine that will allow either main branch to supply the facility with chilled water. The Project also covers the installation of an alternate source of condenser makeup water, in the form of a dedicated well, designed and drilled in this project, to provide the site with water in the event of a failure in the base system. The contractor shall have a minimum five (5) years' experience in all facets of HVAC chilled water supply systems in a high availability/reliability data center. All sub-contractors shall have a minimum five (5) years' experience in their respective areas of expertise within the environment of a high availability/reliability data center. The installation project shall be completed without any disruption of power and/or cooling to critical IT loads, thus the contractor shall take constructability into account. The facility is a secured facility. Security clearances shall be coordinated with the site. The site shall require a VAR, visitor access request, for all site visits. If the contractor does not have the required security clearances, they shall have to coordinate escorts with the site. The contractor shall have a maximum of 4 escorts per day for the work required at the site. The prospective procurement will involve awarding a construction contract in the range of $2.0-$2.5 million. Additionally, the project must be completed within 12 months after the Notice-to-Proceed is issued. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $36.5 million. Responses should include the following information and shall not exceed a total of eight pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Description of capability to perform projects similar to that listed above, to manage subcontractors, to prepare and comply with various environmental and construction permits, and capacity to perform this contract in conjunction with ongoing construction contracts. 5. Describe projects of similar scope and magnitude as listed above that you have completed in the past five years and the quality of your performance. The past performance information should include project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be submitted via e-mail to Jason Dalton, Contract Specialist at Jason.J.Dalton@usace.army.mil. Submittals are due no later than 15 November 2017, 1200 PM CST. Submittals will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-18-L-0005/listing.html)
- Place of Performance
- Address: Central Alabama, United States
- Record
- SN04727148-W 20171102/171031230807-297cc5cd4dcce5a03e9820b2e0d78044 (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 |