SOURCES SOUGHT
99 -- Install Steam Boilers
- Notice Date
- 10/21/2024 10:06:07 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875124BB3BO
- Response Due
- 10/22/2024 12:00:00 PM
- Archive Date
- 11/06/2024
- Point of Contact
- Tabitha Haggart
- E-Mail Address
-
tabitha.haggart@us.af.mil
(tabitha.haggart@us.af.mil)
- Description
- CONTRACTING OFFICE ADDRESS Department of the Air Force, Air Force Materiel Command, AFRL � Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514. SPECIAL NOTICE The Air Force is seeking a Small Disadvantaged Business (SDB) (including 8(a) companies), HUBZone Small Business, Woman-Owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) or Small Business (SB)�sources to install steam boilers. The work includes general construction, fire protection, plumbing, mechanical, electrical and incidental related work. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. �� If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the Contractor agrees that it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. The solicitation will be conducted under NAICS code 238220 with an associated small business size standard of $19,000,000 average annual revenue.� No set-aside determination has been made. DESCRIPTION Capable sources are sought to install steam boilers in Building 3 at the Air Force Research Laboratory, Rome Research Site, Rome, NY. The anticipated period of performance is 365 days. The contractor shall furnish all labor and materials required to perform the work in accordance with the Technical Specifications and Drawings. The work to be performed involves but is not limited to the following principal features: -Erect boiler room addition -Install steam boilers -Modify/upgrade fire protection -Plumbing, mechanical and electrical systems to accommodate boilers installation Note: Contractor shall insure complete installation of all heating systems and supporting systems ahead of heating season. i.e. if the campus steam plant service entrance is disconnected prior to heating season of 2025, then the proposed heating system(s) shall be active by October 15 of 2025, complete. Contractor shall provide all training prior to the start of heating systems. If for some reason installation of all work is not 100% complete by the start of the heating season, then the contractor shall provide routine maintenance and daily operation including but not limited to the boiler blowdown, until the construction is 100% complete. The contractor�s performance will be based on the Contracting Officer�s (CO) evaluation and Contracting Officer�s designated Representative (COR) The evaluation of results will be based on COR performance assessment, tenant satisfaction, and customer complaints.� Final results of the evaluations will be the determining factor for the success or failure of this contract. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. The attached Technical Specifications for ULDF 220303AE (ATTACHMENT 1), and Drawings (ATTACHMENT 2) provides further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. �Interested offerors are encouraged to review the Specifications and Drawings and provide comments and/or questions. RESPONSE PROCEDURE � All interested SDB, 8(a), HUBZone SB, SDVOSB, VOSB, and WOSB concerns are invited to respond.� In order to be considered, responses must include the following: (1)�a positive statement of intent to submit a proposal for this solicitation as a prime contractor.� Include a description of how the 75% requirement would be met.� Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for; (2)�dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences SDB, 8(a), HUBZone SB, SDVOSB, VOSB, or WOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); (3)� Evidence of successful performance of relative experience in a similar project within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include such information as contract requirements, contract amounts, performance periods, and points of contact.� (4)� Description of prime contractor�s Safety and Quality Control methodologies.� This should be general and not exceed two (2) pages in length.� Ensure both Safety and Quality Control are addressed. All of the above�must be submitted in sufficient detail for a decision to be made on the�availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns.� Failure to submit all information requested would�result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Tabitha Haggart, tabitha.haggart@us.af.mil with an email copy to, �Brooke McDonald, brooke.mcdonald@us.af.mil , Mr. Michael Graniero, Small Business Professional, michael.graniero@us.af.mil Point of Contact: Tabitha Haggart Contract Specialist, Email: tabitha.haggart@us.af.mil NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. This Sources Sought Notice is not a Request for�Proposal (RFP).� No solicitation is being issued at this time.� This notice shall not be construed as a commitment by the Government to issue a�solicitation or ultimately award a contract, nor does it restrict the�Government to a particular acquisition approach.� Any information provided to the Government as a result of this�Sources Sought Notice is voluntary.� Responses will not be returned.� No�entitlement to payment of direct or indirect costs or charges by the�Government will arise as a result of contractor submission of responses or�the Government�s use of such information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4052fab07b9d4211898e55c381e9eec6/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07245589-F 20241023/241021230108 (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 |