Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

Y -- Repair HVAC and Electrical Systems UPH/Galley Building (S25), U.S. Coast Guard Aviation Training Center, Mobile, Alabama

Notice Date
11/9/2018
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, Ohio, 44199-2060, United States
 
ZIP Code
44199-2060
 
Solicitation Number
70Z08318BPAT00300
 
Point of Contact
Timothy G. Arnold, Phone: 2169026272, Timothy G. Arnold, Phone: 2169026272
 
E-Mail Address
timothy.g.arnold@uscg.mil, timothy.g.arnold@uscg.mil
(timothy.g.arnold@uscg.mil, timothy.g.arnold@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE to identify firms capable of performing; The work includes HVAC and associated electrical upgrades throughout building S25. The work includes the replacement of the existing Des Champs unit with water-cooled geothermal DX dedicated outside air unit (DOAS) to appropriately treat the ventilation air and ensure proper pressurization of the entire building. The replacement unit shall be capable of treating the outside air based on temperature and humidity. Direct expansion type units offer superior dehumidification when compared to chilled water style units. The use of a DX style unit will allow for hot gas reheat to be installed within the unit and reheat the ventilation supply air to a condition that would prevent condensation from forming on ductwork. The fourteen (14) AC air handling unit heat pumps shall be replaced. Heating and cooling load shall be developed to validate the sizing of the existing units and appropriate sized units shall be designed for replacement. The replacement units shall utilize R410A refrigerant and shall be properly balanced. The main electrical room exhaust fan shall be replaced. The galley makeup air fans shall be interlocked with the galley hoods. The existing Kathbar control enclosures and devices shall be demolished. Associated electrical work shall be conducted in coordination with HVAC work identified above. Affected electrical panels shall be replaced where tied into proposed HVAC work; Mobilization, demobilization and clean up; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. The procurement estimate is between $500K and $1M. The NAICS for this project is 238220 with a Small Business Size Standard of $15M. At a minimum, the prime contractor will be required to perform 15 percent of the cost of the contract with its own employees (not including cost of materials). Vendors interested in performing this requirement are invited to provide the following information to USCG CEU Cleveland no later than November 16, 2018. The information may be submitted via email to the Contract Specialist at timothy.g.arnold@uscg.mil or faxed to 216-902-6278/6277. Responses shall include the following information: Reference number 70Z08319BPAT00300, company name, address, Dun and Bradstreet number, point of contact, phone number, email address; and, the following information (items (a) through (f)). Your response shall include the following information and be in sufficient detail for a determination to be made regarding the type of set-aside for this procurement: 1. A positive statement of your intent to submit a bid on this solicitation as a prime contractor. 2. A statement identifying your certified small business size status (Small, HUBZone, VOSB, SDVOSB, disadvantaged, women-owned) 3. Evidence of experience in work similar in type and scope, to include contract numbers, project titles, dates work performed, dollar amounts, points of contact and telephone numbers. 4. Statement that your firm has/has not previously performed work under this NAICS as a prime contractor. 5. Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals. 6. State the number and occupations of employees in your firm. 7. NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS. When available, and if competed, the resultant pre-solicitation notice and solicitation will be posted at this website. The type of set-aside will be stated in these postings. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate for this procurement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUC/70Z08318BPAT00300/listing.html)
 
Place of Performance
Address: 8501 Tanner Williams Road, Mobile, Alabama, 36608-8322, United States
Zip Code: 36608-8322
 
Record
SN05148712-W 20181111/181109230429-24af3b9542ebf580534ad350769d1b85 (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.