SOURCES SOUGHT
Y -- NMIC-1 Replace 4 Chillers and Controls/Install Chiller Catwalks Project, National Maritime Intelligence Center, Suitland, Maryland
- Notice Date
- 3/11/2020 5:22:46 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-20-R-5270
- Response Due
- 3/20/2020 11:00:00 AM
- Archive Date
- 04/04/2020
- Point of Contact
- Teshima Mason, Phone: 2026853155, Lindsay M. Brown, Phone: 2026853192
- E-Mail Address
-
Teshima.mason@navy.mil, lindsay.naill@navy.mil
(Teshima.mason@navy.mil, lindsay.naill@navy.mil)
- Description
- SOURCES SOUGHT NOTICE SOLICITATION N40080-20-R-5270 NMIC-1 Replace 4 chillers and controls/install chiller catwalks project, national maritime intelligence center, sUITLAND, md Y1AZ � Construction of other Administrative Facilities and Service Buildings NAICS Code: 238220- Plumbing, Heating, and Air-Conditioning Contractors THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation.� In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.� The information received will be used within Naval Facilities Engineering Command (NAVFAC) Washington to facilitate the decision making process. NAVFAC Washington is seeking qualified and interested parties in any of the following categories:� U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current relevant qualifications, experience, personnel, and capability to replace building chiller plant equipment and system components, replace HVAC controls for the entire building and install new exterior rooftop catwalks, to provide maintenance and service to the new rooftop chillers. This is to be carried out at National Maritime Intelligence Center, Suitland, MD. �Based upon this survey, a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL.� It is not to be construed as a commitment by the Government for any purpose than market research and is not restricted to a particular acquisition approach. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. In accordance with DFARS 236.204(i), the magnitude of this project is between $10,000,000 and $25,000,000. ��All small businesses are encouraged to respond.� The appropriate NAICS Code is 238220 with a Small Business Size Standard of $16.5M.� Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees.� Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest.� �Project Description: This project is comprised of the following items: The primary project entails the comprehensive replacement of the building chiller plant equipment and system components. �The replacement of chiller system components is limited to the plant equipment and includes but is not limited to: Chillers 1-4 Associated pumps Variable frequency drives �Associated instrumentation Associated controls In addition, the project will require: �New variable frequency drives as required to replace and modernize the existing chilled ������������� water system within the central plant. The replacement of HVAC controls for the entire building, including the replacement of existing Johnson Controls Metasys control system serving the entire facility including the central chiller plant. The installation of new exterior rooftop catwalks, to provide maintenance and service to the new rooftop chillers. The performance is expected to occur between January 2021 through to January 2024. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit the following: Relevant Experience of the Contractor, to include three (3) projects. These projects need to include experience, within the last five (5) years, in performing projects with similar size and scope stated in the project description. Submissions need to include the contract number, indication of whether respondent is the prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. Company profile to include number of employees, office location(s), DUNS number, Cage Code and statement regarding small business designation and status. Statement regarding Bonding Capabilities.� Provide single project and aggregate capabilities. �� SUBMISSIONS ARE DUE BY March 20 2020 at 2:00P.M. EST. �LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent by email to Teshima Mason, at� teshima.mason@navy.mil and Lindsay Brown, at �lindsay.naill@navy.mil. Questions or comments regarding this notice may be addressed via email to Teshima Mason at teshima.mason@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d90a7e97c07a4b2887570ab0c317eacc/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN05586261-F 20200313/200311230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |