SOURCES SOUGHT
N -- Heating, Ventilation, & Air Conditioning (HVAC) System Upgrade -- Palisades Dam
- Notice Date
- 10/24/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Bureau of Reclamation Pacific Northwest Region Regional Office Acquisition Management Division 1150 N. Curtis Road, Ste. 100 Boise ID 83706-1234 US
- ZIP Code
- 00000
- Solicitation Number
- 140R1019B0001
- Response Due
- 11/2/2018
- Archive Date
- 11/3/2018
- Point of Contact
- Roberts, William
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement. This market research is to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms and will be used by the Government to make appropriate acquisition planning decisions. The Pacific Northwest Regional Office of the U.S. Bureau of Reclamation is conducting market research for a Construction contract. The work location will be at the Palisades Powerplant approximately 7-1/2 miles southeast of Irwin, ID, and about 11 miles west of the Idaho-Wyoming border, in Bonneville County. The principal components of work will be: A. Upgrading the Palisades Control Room Heating, Ventilation, & Air Conditioning (HVAC) system. 1. Designing, furnishing and installing two split-system heat pump systems, complete with required electrical, ductwork, and direct digital controls, to upgrade the existing HVAC in the Control Bay; one single zone variable air volume system to service the Control Room and one multi-zone variable air volume system to service the Offices. 2. Designing, furnishing and installing two exhaust fan systems complete with required electrical, ductwork, and direct digital controls; one system to exhaust the Cable Spreading Room and one system to exhaust the Control Room. 3. Replacement of breakers and power supply wiring suitable for new HVAC equipment from breaker panel to new equipment, utilizing select existing conduit and supplying additional conduit to complete the installation. 4. Demolition of the existing HVAC system. 5. Preparation and coating of the upper walls and ceiling for an open plenum design. 6. Tie in of direct digital controls with existing fire alarm system to shut down all HVAC equipment when the fire alarm is activated. B. The magnitude of the requirement is estimated between $250,000 and $500,000. Sources are being sought for firms with a North American Industry Classification System (NAICS) code 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with a Small Business Size Standard of $15 million. Responses are requested with the following information, which shall not exceed a total of eight pages: 1. Offerors ™ name, address, DUNS number, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Woman Owned, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission. 3. Description of capability to perform Construction as described above. 4. Past Performance/experience on contracts of similar scopes of work or construction contracts, describing no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought Notice. The past performance information shall include project title, location, general description of the Construction to demonstrate relevance to the proposed project, the Offerors ™ role, dollar value of contract, 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). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor ™s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Responses are due by close of business Friday, 2 November 2018. Large Business concerns need not respond. **Drawings are available upon completion of a non-disclosure agreement (NDA) form. Drawings will not be provided unless an NDA is completed. Please contact Bill Roberts at wroberts@usbr.gov or 208-383-2229 to request a NDA form**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56d85f050bb812f457444e43c78721fd)
- Place of Performance
- Address: Palisades Dam (Control Room) Irwin ID 83428 USA
- Zip Code: 83428
- Zip Code: 83428
- Record
- SN05133487-W 20181026/181024230633-56d85f050bb812f457444e43c78721fd (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 |