SOURCES SOUGHT
Y -- Y--Reconditioning of Fan System 6
- Notice Date
- 1/15/2025 1:29:51 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- DOIGFBO250019
- Response Due
- 1/30/2025 2:00:00 PM
- Archive Date
- 02/14/2025
- Point of Contact
- Robinson, Philip, Phone: 0000000000
- E-Mail Address
-
probinson@usgs.gov
(probinson@usgs.gov)
- Description
- The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing a 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 the reconditioning of an existing multizone unit (identified as Fan System-6 or FS-6), including removal of components of the existing air handling unit (as needed), restoring the existing air handling unit (repairing housing, replacing existing heating/cooling coils and humidification distribution tubes, replacing fan section and motor), reinstallation of existing controls, and commissioning, testing, and balancing the refurbished air handling unit. The Fan System-6 is located within the U.S. Geological Survey (USGS), National Wildlife Health Center (NWHC), 6006 Schroeder Road, Madison, WI. This proposal reflects coverage for the FY 2025. The coverage includes: � Reconditioning the existing failing multizone system located in the MB. The unit, designated FS-6, is a 100% outside air 1979 Trane air handling unit with the following manufacturer information: Model number: CCBA21SEEA0 Serial Number: K80C01649 Basic Unit: CMR1AR4DAR000H Coils: 0CA1E3A1C ACCESSORY 22000000000L1A1 � Contractor shall provide a NEBB certified balancing technician to perform all testing and adjustment of air and water systems for this project. � The existing facility BMS is a JCI Metasys system (version 10). Contractor shall provide technicians factory trained and certified in the installation and programming of JCI Metasys BMS systems. � System shall be reconditioned complete, with all piping, ductwork, insulation, wiring, system configuration, and programming completed in a neat and workmanlike manner. All demolition, reconditioning, and installation work shall be performed per manufacturer�s recommendations, applicable building codes, and relevant trade guidelines. Contractor shall utilize technicians trained in the applicable for the relevant work involved in this PWS. � All demolished materials not reused or recycled shall be disposed of according to federal, state, and local codes. � Any hazardous materials requiring to be removed as part of this PWS shall be removed, according to noted guidelines, and disposed of in a federal, state, and locally approved hazardous waste landfill. No exception shall be allowed. A disposal record or receipt shall be provided, at closeout, as a deliverable. Failure to comply with this removal standard, shall result in possible federal charges and fees, of which the GC will be responsible. No such costs or violation charges shall transfer to the federal government. � Contract Period: Estimated start date March 2025 (SAF). This is NOT a solicitation for proposals, proposals abstract, or quotation. This is a Sources Sought notice to determine what size companies can perform this requirement. The purpose of this notice is to obtain information regarding: (1) The availability and capability of qualified small business sources; (2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) Their size classification to the North America Industry Classification System (NAICS) code 236220 � Commercial building construction general contractors. A firm is considered small under NAICS code 236220 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to 750 Employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in category (2) above, any solicitation may be issued as unrestricted without further consideration. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. A. SUBMISSION OF CAPABILITY STATEMENT AND DELIVERY INSTRUCTIONS: In 5 pages or less, respondents shall submit a capability statement of the organization which demonstrates their ability to supply the above requirements. Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Responses must reference the Sources Sought number and include the following: 1. Name and Address of the Company, SAM.gov UEID number, 2. Size and type of business, pursuant to the applicable NAICS code. 3. Point of contact with name, title address, phone, and email, 4. Capability to provide the specifics of this requirement, with appropriate documentation supporting claims of organizational and staff capability to demonstrate staff expertise including their experience; current in-house capability and capacity to perform the work; prior completed projects of similar nature, including government contracts and indicating corporate experience and management capability; 5. Example of prior completed Government contract, references, the dollar value of the work, and other related information; 6. List of organizations to whom similar types of services have been previously provided and the dollar value of that work. 7. If applicable, provide a current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought. 8. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). This indication shall be clearly marked on the first page of your Capability Statement. 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. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 15:00 PM MDT, on 30 January, 2025. All responses under this Sources Sought Notice must be emailed to Philip Robinson at probinson@usgs.gov. B. DISCLAIMER AND IMPORTANT NOTES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice shall ensure that its response is complete and sufficient detailed to allow the Government to determine the organization�s qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the response received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, response to this notice will not be considered adequate responses to a solicitation. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. C. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). This announcement is to identify small business firms; however a company of any size may submit a Capability Statement for this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/856917c66af74e0d8283c81d128858e7/view)
- Record
- SN07314354-F 20250117/250115230107 (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 |