Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2012 FBO #3998
SOURCES SOUGHT

Y -- FY12 PN 75932 ECIP Install Geothermal Heating/Cooling System located at Letterkenny Army Depot (LEAD), PA.

Notice Date
11/2/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-13-S-0007
 
Archive Date
9/30/2013
 
Point of Contact
Mark Cap, Phone: 410-962-3455
 
E-Mail Address
mark.cap@usace.army.mil
(mark.cap@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THE SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE NOT AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only in order to determine the availability of potentially-qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential design-build construction solicitation for the FY12 PN 75932 ECIP Install Geothermal Heating/Cooling System located at Letterkenny Army Depot (LEAD), PA. The prime contractor will have to perform 20 percent of the work including the administration of the project. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: A design-build construction solicitation for the $2M to $5M ECIP PN 75932 Install Geothermal Heating/Cooling System located at LEAD, PA. Sources interested in this announcement shall provide past experience to demonstrate having knowledge and experience to design and retrofit thirteen existing (13) buildings (averaging 8,964 square feet and totaling 98,605 square feet)with geothermal heat pump heating/cooling systems to reduce reliance on fossil fuels and save on energy costs. Geothermal wells shall be closed-loop vertical type, and systems shall be designed for a specified maximum and minimum temperature. The project includes renovations to existing buildings in order to efficiently distribute the geothermal energy and providing meters to enable measurement and verification by Letterkenny Army Depot's Department of Public Works (DPW). Interested sources are encouraged to demonstrate accreditation by the appropriate professional organizations, such as IGSHPA and ASHRAE. Sources interested in the announcement should demonstrate an understanding of renovating existing spaces while the facility continues to be occupied and used by the facility owners. Other project features include HVAC and electrical system modifications, testing and balancing, commissioning, Energy Management Control System (EMCS) connections, and building information systems integration. Supporting facilities include electric service, water, access road, parking, sidewalks, curbs and gutters, storm drainage, fencing and exterior lighting, site preparation and improvements, fire protection, alarm systems and information systems. All contractor employees working at LEAD must possess a social security card and be subjected to background investigations consisting of local police record checks and other means to ensure that the highest security posture for a DoD site is maintained. Employees must be either a U.S. citizen, green card holder, or in possession of a worker's permit. These requirements, with no exceptions, must be met to be granted access to work at LEAD. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military design-build projects. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service-disabled Veteran-owned SB (SDVOSB), Veteran-owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Woman-owned Small Business (WOSB). Qualified Small Businesses must submit ALL of the following information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 236220 Provide your company's Central Contractor Registration (CCR) cage code and DUNS number to verify your small business status as a qualified Small Business (SB), Service-Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-owned Small Business (WOSB). Contractors must already be registered in SAM (System For Award Management) and Online Representations and Certifications Applications (ORCA) at time of contract award. Please see www.sam.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in the type of work at a similar contract value in similar type of location. 4. Provide three (3) examples of projects similar to requirements described above completed within the past five years. Include current point of contact information for examples provided, as past performance on indicated projects may be verified. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Total submittal shall not be longer than eight (8) pages in one.pdf file. 7. Email responses are required. This sources sought notice is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All information submitted will be considered procurement-sensitive and is being used as a market research tool only. Responses for this announcement are to be sent via email to Major Mark Cap at mark.cap@usace.army.mil no later than 1:00pm EST, 16 November, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0007/listing.html)
 
Place of Performance
Address: USACE District - Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
Zip Code: 21203
 
Record
SN02923915-W 20121104/121102234231-d9e29a14bfe11716a6f44fb2a97a52cc (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.