Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2023 SAM #7788
SOURCES SOUGHT

44 -- Boiler and HVAC Systems

Notice Date
3/23/2023 4:06:08 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
BATF20230323CSJR
 
Response Due
3/31/2023 2:00:00 PM
 
Point of Contact
Brian Wilkins, Phone: 2026489120, Fax: 2026489654
 
E-Mail Address
Brian.Wilkins@atf.gov
(Brian.Wilkins@atf.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Bureau of Alcohol, Tobacco, Firearms & Explosives is considering to replace a 60 Ton HVAC system that serves the training floor and the Boiler System that service the entire Canine Training Center Building in Front Royal VA. The two system are well past their service life and have become problematic and untrustworthy. The HVAC contains R22 Freon that has been phased out and increasingly expensive and difficult to acquire. The boiler system has become less efficient and utilizes #2 Fuel. We will convert the boiler to propane which is readily available and utilize variable flame boilers which are significantly more efficient and produce roughly half the greenhouse gas as #2 Fuel.� This equipment has been requiring increasingly extensive maintenance support and needs to be replaced. The project will be implemented using the North American Industry Classification System (NAICS) Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Specific objectives for such a project may include: Development of this sources sought is at no up-front cost to the Government. The Statement of Work is hereby attached to this source sought notice. The Bureau of Alcohol, Tobacco, Firearms & Explosives is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 811310 (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf), and has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via e-mail are due March 31, 2023, 5:00pm EST. �to Charles Strickland at Charles.Strickland_Jr@atf.gov and must include the information requested below. Please limit capability statement to 10 pages. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest and capability statement on company letterhead demonstrating the firm�s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established and number of employees; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status (must correlate with SAM registration): _____ Small business������������� _____�� HUBZone���������� _____ WOSB _____ 8(a)�������������������������������������������������������������������������� _____ VOSB _____ SDVOSB������������������������������������������������������������������������������� ����������������������������������� _____ Small Disadvantaged Business Documentation of the company�s ability to obtain financing for a contract valued between $1,000,000.00 and $5,000,000.00/. Bonding capability. List at least 3 current Government or commercial contracts in the last 5 years of similar size and scope that demonstrate your ability to perform the job successfully. Include a brief statement as to why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/754729a1991c4daa8141c0b4aae34937/view)
 
Place of Performance
Address: Front Royal, VA 22630, USA
Zip Code: 22630
Country: USA
 
Record
SN06629184-F 20230325/230323230118 (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.