SOURCES SOUGHT
Y -- Replace Process Cooling Towers for Building 18 - WPAFB
- Notice Date
- 1/23/2018
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-REPLACECOOLINGTOWERS
- Archive Date
- 2/24/2018
- Point of Contact
- Chassidy Thompson, Phone: 5023156666
- E-Mail Address
-
Chassidy.M.Thompson@usace.army.mil
(Chassidy.M.Thompson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design/build requirement to replace the existing main cooling tower, piping to cooling basin, pumps, water treatment, associated electrical components and controls for the Facility 18 Complex process cooling water system. Project shall also replace the process cooling piping to building 71A and provide new connection to Building 19. The existing process cooling tower which serves buildings 18, 70, and 71A research facilities is reaching its end of life and may undergo failure rendering the research facilities without process cooling. If the towers undergo catastrophic failure, temperature control of the research environments will be unable to be maintained, requiring the shutdown of research and development at the facility, which will have a significant impact on Air Force Research Laboratory (AFRL) Aerospace Systems Directorate mission. The system is also currently undersized for the planned future growth of the process cooling water needs at the complex. Contract duration is estimated at 1 to 2 years. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 9 February 2018 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Entity Identifier (formerly DUNS Number) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide descriptions of up to (3) three projects with greater than 90% completed by you as the prime contractor within the last 7 years which are similar to this project in size and scope. A. Projects similar in scope to this project include: Replacement of processing cooling system to include: basin repair, new PLC, instrumentation, and programming. Modification of electrical and mechanical pumping system to include: integration, piping replacement, and replacement of cooling towers. B. Projects similar in size to this project include: Mechanical Renovations to existing cooling systems including building integration of 12,000 GPM C. Based on the information above, for each project submitted, include: a. Current percentage of construction complete and the date when it was or will be completed. b.. Scope of the project. c. Size of the project. d. The dollar value of the construction contract and whether it was design-bid-build or design-build. e. The type and percentage of the contract cost, excluding cost of materials, that were self-performed as physical vertical and horizontal construction by construction trade(s). f. Identify the number of subcontractors by construction trade utilized for each project. g. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. h. The portion and percentage of the project that was self-preformed. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Interested Offerors shall respond to this Sources Sought Synopsis no later than 9 February 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Chassidy Thompson, Contract Specialist, at: Chassidy.M.Thompson@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-REPLACECOOLINGTOWERS/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04797622-W 20180125/180123231734-5042fe4a36a2b98c8898be6a8d281d3b (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 |