Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2022 SAM #7637
SOURCES SOUGHT

J -- HVACR Maintenance and Repair Support Services for Environmental Test Chambers

Notice Date
10/26/2022 11:16:03 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
PANAPG23P000793
 
Response Due
11/4/2022 9:00:00 PM
 
Point of Contact
Christine Orr, Jamison, Gregory
 
E-Mail Address
christine.n.orr.civ@army.mil, gregory.j.jamison.civ@army.mil
(christine.n.orr.civ@army.mil, gregory.j.jamison.civ@army.mil)
 
Description
The Army Contracting Command (ACC) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for scheduled and unscheduled maintenance of custom built Heating, Ventilating, Air Conditioning and Refrigeration (HVACR) systems. The intention is to procure these services on a competitive basis. This is a non-personal service contract for the maintenance and repair for all HVACR and ancillary associated electronics, electrical components, controls and equipment. Work efforts will be concentrated at the MichaelsVille Range Complex (MRC). BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE OVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. REQUIRED CAPABILITIES The Contractor shall provide maintenance and repair services as specified in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization and; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. PROGRAM BACKGROUND Aberdeen Test Center (ATC) provides various simulated environment testing in support of a diverse test arena for the Department of the Army. Most of these test services rely on the use of complex environmental test chambers that include custom-built Heating, Ventilating, Air Conditioning and Refrigeration (HVACR) systems. These HVACR systems are not fully comparable to other residential and/or industrial HVACR systems, and generally require specialized components, systems and/or a variety of refrigerants to properly function. Further, many of these systems were manufactured over 25 years ago, potentially limiting the availability of technical documentation and/or replacement parts. See Attachment One for the Equipment List within the PWS. These systems are crucial in the testing of weapons, ammunition, body armor and other soldier systems that ultimately impact the Warfighter�s ability to complete his/her mission. Therefore, it is critical that these systems always remain operable, 24 hours per day, 7 days per week, 365 days per year, and fully comply with the strict testing standards set forth by the Department of Defense (MIL-STD-810G: Environmental Engineering Considerations and Laboratory Tests).�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/114658f0405e4e94aacc867d10e85c83/view)
 
Place of Performance
Address: Aberd, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06503410-F 20221028/221026230123 (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 |
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.