Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2007 FBO #2061
SOURCES SOUGHT

Z -- Repair Perimeter Heat, Building 106

Notice Date
7/17/2007
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8751-07-R-0017
 
Response Due
7/31/2007
 
Description
Capable sources are sought to perform a construction project to Repair the Perimeter Heat in Building 106, AFRL Rome Research Site, NY (RRS). RRS is considering whether to set aside this Firm Fixed Price (FFP) acquisition for certified 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Business sources. This acquisition includes, but is not limited to, furnishing all labor, materials, and equipment necessary to: 1) remove and dispose of approximately 4100 LF of asbestos containing material pipe insulation; 2) provide complete heating systems alterations to include terminal control valves and associated space temperature sensors with direct digital control and building automation system integration; and 3) provide steam and steam condensate piping systems insulation. Specifications, drawings, and associated documents will be provided at time of solicitation. Note: This description of work is for the purpose of general information only and is not intended to include or describe every feature of work or to define the scope of the work. The North American Industry Classification System (NAICS) code is 238220 with a Small Business Size Standard of $13,000,000 average annual revenue. Estimated performance period will be twelve (12) to eighteen (18) months from Notice to Proceed. Magnitude of construction is between 500,000 and 1,000,000 dollars. The Davis Bacon Act applies to performance of this contract. The contractor will be required to perform a minimum of 25% of the cost of the contract, not including the cost of materials, with its own employees. Any required amendments, letters of clarification, and other applicable documents also will be issued electronically. ALL interested sources are responsible for frequent review of this website to ensure they remain aware of any applicable documents added after the initial Request for Proposal (RFP) is issued. In accordance with FAR 19.8, 19.13, 19.14, and relevant supplements, if your firm is a certified 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Business and intends to submit an offer on this acquisition, please respond to the AFRL Small Business Specialist no later than Tuesday 31 July 2007 at: AFRL/IFB, Attn: Ms. Janis Norelli, 26 Electronic Parkway, Rome, NY 13441-4514. HARD COPIES ONLY. Administrative questions may be referred to Mr. Bryant Soule at (315) 330-4723 or Ms. Norelli at (315) 330-3311. Technical questions may be referred to Mr. James Whitcomb at 315-330-4229. MINIMUM REQUIREMENTS: (a) positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (b) evidence of experience within the past five years of work similar in magnitude and scope to include: HVAC installation; high, medium, and low pressure steam heating systems; certified asbestos removal; and manufacturer certified building systems control technology; (c) past performance information for work cited above to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (d) SBA letter of certification as applicable, and (e) whether your firm is a SBA certified 8(a), HUBZone, or Service Disabled Veteran Owned Small Business concern. You must be an approved SBA firm at the time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Respondents will not be notified of the evaluation, however RRS will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Business concerns, the acquisition may be solicited on an unrestricted basis. The issuance date for this solicitation has yet to be determined, but is anticipated for early August 2007 on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Contractors are reminded that should this acquisition become an 8(a) set aside, FAR 52.219-18 with DFARS 252.219-7010 Alternate A, Notification of Competition Limited to Eligible 8(a) Concerns applies. If this acquisition becomes a HUBZone set aside, FAR 52.219-3 Notice of Total HUBZone Set Aside will apply. If this acquisition becomes a Service Disabled Veteran Owned Set Aside, FAR 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set Aside will apply. All responses must be submitted in sufficient detail for a decision to be made on a certified 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Business set aside. Failure to submit all information requested may result in an unrestricted acquisition. NOTE: IN ORDER TO RECEIVE AN AWARD FROM ANY RESULTANT SOLICITITATION, SHOULD ONE BE ISSUED, THE SUCCESSFUL OFFEROR MUST BE ACTIVELY REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR - http://www.ccr.gov), ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA - http://orca.bpn.gov), AND WIDE AREA WORKFLOW (WAWF - https://wawf.eb.mil).
 
Record
SN01344198-W 20070719/070717220932 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.