SOURCES SOUGHT
Y -- Sources Sought for NASA Michoud Assembly Facility Building, New Orleans, LA
- Notice Date
- 11/21/2022 10:16:48 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127823R0011
- Response Due
- 12/5/2022 12:00:00 PM
- Point of Contact
- Eric Hurtado, Phone: 2156902571, Jennifer Suit, Phone: 251-441-6503
- E-Mail Address
-
eric.j.hurtado@usace.army.mil, jennifer.h.suit@usace.army.mil
(eric.j.hurtado@usace.army.mil, jennifer.h.suit@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at National Aeronautics and Space Administration (NASA) Michoud Assembly Facility in New Orleans, LA. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Michoud Assembly Facility, New Orleans, LA. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates constructing the replacement of the HVAC systems in Building 103 at NASA�s Michoud Assembly Facility (MAF). �The scope of work includes installation of floor-mounted Air Rotation Units within Building 103 to facilitate future abandonment of the existing roof-mounted Fanhouse Air Handling Units. �New closed-loop chilled water distribution piping and extension from the existing low pressure steam grid sources the Air Rotation Units cooling and heating. �A closed-loop chilled water pump set in parallel to the existing south closed-loop chilled water pumps maintains current pumping redundancy.� Additional scope includes conversion of Building 220 to closed-loop chilled water with demolition of an existing strainer and pump and installation of closed-loop pumps within Building 220. �Modifications to existing open & closed loop chilled water piping, electrical distribution systems, Johnson Controls Metasys Building Automation System, and Simplex Fire Alarm System to support the floor-mounted Air Rotation Units are included. �Installation of through wall fresh air intake louvers will be installed at ARU's at the perimeter walls.� At project's completion, the existing open-loop chilled water system will be decommissioned allowing for future abandonment of the Fanhouse Air Handling Units and associated transite ductwork. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 238220 with a Small Business Size Standard of $16.5 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, 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). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jennifer.h.suit@usace.army.mil and eric.j.hurtado@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than December 5, 2022. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e32b6072e56f41b49bf8fbda664b98ec/view)
- Place of Performance
- Address: New Orleans, LA 70129, USA
- Zip Code: 70129
- Country: USA
- Zip Code: 70129
- Record
- SN06523689-F 20221123/221122211833 (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 |