SOURCES SOUGHT
41 -- Repair/Installation of Heating, Ventilation & Air Conditioning (HVAC) Systems - Requirements
- Notice Date
- 1/16/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
- ZIP Code
- 99506-2500
- Solicitation Number
- FXSB182900
- Point of Contact
- Eric T. Coney, Phone: 907-552-0400, Robert Peters, Phone: 907-552-5586
- E-Mail Address
-
eric.coney.1@us.af.mil, robert.peters.11@us.af.mil
(eric.coney.1@us.af.mil, robert.peters.11@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- HVAC Requirements THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION AT THIS TIME. 1. This sources sought notice is a market research effort to identify parties having an interest in heating, ventilation & air conditioning systems repair and installation opportunities at Joint Base Elmendorf-Richardson, Alaska. The Government is contemplating establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) contract in order to fulfill JBER's requirements for HVAC systems repair and installation. Any additional feedback interested parties are willing to provide concerning the requirement is strongly encouraged and will be taken into consideration when determining an acquisition strategy. 2. There is no solicitation at this time. This request for information does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). Submission of any information in response to this market survey is purely voluntary; the Government does not assume financial responsibility for any costs incurred. All submissions will be considered and treated as public information. The Government will assess any responses in addition to associated market research to ascertain potential market capacity; no decision has been made regarding potential FAR Part 19 set-asides at this time. No feedback or evaluation will be provided to interested parties regarding their response, though the Government reserves the right to contact respondents on a case-by-case basis regarding their submission. 3. The Government is contemplating establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) contract in order to fulfill JBER's requirements for Heating, Ventilation and Air Conditioning (HVAC) Systems repair and installation. Annual volume of HVAC requirements may vary; however it is anticipated that task orders may range in value from $2K up to $2M. The scope of work for t ask orders issued includes, but is not limited to: heating system pipe and equipment replacement, mechanical room piping and accessories replacement, blowers, air handling units, coils, and sheet metal ductwork and ductwork accessories replacement; refrigeration systems replacement, electrical wiring replacement; asphalt paving, replace concrete curbs & gutters, replace concrete sidewalks, pavement markings, base course & sub-base work, and other work needed to restore areas of work back to their configuration prior to the work. 4. The primary North American Industry Classification Systems (NAICS) code that is anticipated to be used for this requirement is 238220 (Plumbing, Heating and Air Conditioning Contractors). The size standard for this NAICS code is $15M. 5. If your organization has an interest and the capacity to fulfill this requirement, please provide a capability statement addressing the following areas: Business Information: (a) Company name and address (b) Official website, if applicable (c) Points of contact including telephone numbers and email addresses. (d) DUNS and CAGE codes (e) A statement regarding your business'ssize status under the NAICS code identified. (f) Identify all other applicable designations your business falls under (i.e. woman-owned small business, small disadvantaged business, certified 8(a) program participant, HUB Zone firm, veteran-owned small business, service-disabled veteran-owned small business, etc.) (g) A statement regarding the domestic or foreign ownership of your firm. (h) A statement regarding the status of your SAM registration, including the currency of your representations and certifications. (i) Bonding capabilities Capability Information: (a) Identify whether your firm has the capability to meet the Government's requirement. Should portions of this requirement fall outside your company's scope or area of expertise, indicate whether you have any current partnering/teaming arrangements with other firms that would enable you to fully meet the Government's requirement. (b) Describe your firm's prior experience on projects similar to the requirement described above, especially those performed in subarctic or other cold weather environments. Please limit your response to recent (within 3 years) and relevant projects and include the following information: (1) Contract number, customer or firm name or other identifying details of the project. (2) Project point of contract information (3) Place of performance (4) Contract type and Contract Line Item Number (CLIN) structure (5) A brief description of your support of the project (6) Percentage of work as prime/subcontractor 6. This sources sought notice is for market research purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov. This sources sought notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. Any future solicitation will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. 7. Interested parties are invited to submit a response to this sources sought by 3:00 PM Alaska Standard Time (AKST) on February 16, 2018. Please submit all documentation by email in PDF format and state in the subject line ""Sources Sought Response Heating Ventilation and Air Conditioning systems, JBER". All responses must be emailed to the following individuals: (a) Eric T. Coney; eric.coney.1@us.af.mil (b) Robert Peters; robert.peters.11@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FXSB182900/listing.html)
- Place of Performance
- Address: Joint Base Elmendorf-Richardson (JBER), AK, Elmendorf Richardson, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN04789894-W 20180118/180116230818-8a1fe61fccb8380ae4c7bdfb16950322 (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 |