SOURCES SOUGHT
J -- Variable Air Valve Units and Integration
- Notice Date
- 5/20/2024 11:42:51 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA2517 21 CONS BLDG 350 PETERSON SFB CO 80914-1117 USA
- ZIP Code
- 80914-1117
- Solicitation Number
- FA251724SEW01
- Response Due
- 5/27/2024 12:00:00 PM
- Archive Date
- 06/11/2024
- Point of Contact
- MSgt Eric Wienke, Phone: 7195565386, Mr. Perez, Phone: 7195569577
- E-Mail Address
-
eric.wienke@spaceforce.mil, casildo.perez@spaceforce.mil
(eric.wienke@spaceforce.mil, casildo.perez@spaceforce.mil)
- Description
- THIS NOTICE IS ISSUED AS AN RFI ANNOUCEMENT FOR INFORMATION PURPOSES. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or solicitation, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist.� 21 CONS will not accept or acknowledge emails over 5MB, brochures, samples, catalogs, and any other marketing solicitation information. All responses shall comply with the criteria established in this RFI to be considered for review. Purpose: The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method (order under an existing IDIQ, solicitation/award via sam.gov, GSA schedule, etc.). Therefore, we further invite offerors to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/. The services in the DRAFT SOW requires offerors to provide technical support to demo existing, and replace 23 VAV units, add discharge air temperature sensors, and add 23 2-10 vdc actuators. All installed components must then be fully integrated, to include testing/certification, into the Operational Maintenance Control Systems (OMCS). The current OMCS system in use is owned and licensed by Delta Controls Systems. Vendors must be a certified Delta Controls dealer/installer AND be designated by Delta Controls Systems to work on the OMCS at Cheyenne Mountain Space Force Station. Industry Response: All responses shall be received by Monday, 27 May 2024 @ 1:00 PM Mountain Time. No extension to the response date will be considered.� Send responses via e-mail to MSgt Eric Wienke (eric.wienke@spaceforce.mil). Responses shall be no more than five pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first five pages and may disregard the remainder of the submission.� Extraneous materials (brochures, manuals, etc.) will not be considered. Questions Please provide the following information in your response in order for the Government to thoroughly evaluate your response and assist in executing the purposes of this RFI: Name, address, point of contact (telephone number and email address), CAGE Code, and UEI. � Does your firm currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition Contract? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA).� � Specify your business type based upon NAICS 238220. Specify all that apply.� __ Large Business� __ Small Business� __ Small Disadvantaged Business (SDB)� __ 8(a)�� __ HUBZone�� __ Woman Owned Small Business (WOSB)� __ Veteran-Owned Small Business (VOSB)� __ Service-Disabled Veteran-Owned Small Business SDVOSB)� Note: If you have differentiating size status between any contract vehicles listed from section �b� above, break them out accordingly. � Is the NAICS 238220 code appropriate for this scope of work? If you determine it to be inappropriate, what NAICS code would be appropriate and why?� � For the DRAFT PWS, interested offerors are encouraged to submit questions/feedback for Government review. The intent of obtaining questions/feedback on the PWS is to further assist industry when proposing on the PWS and to streamline the solicitation process. The Government will not post official responses to the questions/feedback but they will be reviewed by the Government. If questions/answers are provided the details will be shared to all respondents. LIST OF ATTACHMENTS: 1. DRAFT PWS for VAV Units at Bldg. 3000
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/224ae6efa2d84a3fbb82605fad78e26c/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN07070798-F 20240522/240520230056 (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 |