SOURCES SOUGHT
Y -- HVAC REPAIR & RENOVATION FOR BLDG 13 & 13A - Package #1
- Notice Date
- 3/24/2014
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- 1391-FTFA111224_FTFA061243
- Archive Date
- 4/9/2014
- Point of Contact
- Don Ballesteros, Phone: 8508820273, Susan B. Riley, Phone: 8508825628
- E-Mail Address
-
sherwyndon.ballesteros.1@us.af.mil, susan.riley.2@us.af.mil
(sherwyndon.ballesteros.1@us.af.mil, susan.riley.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- draft Phasing - Option 1 draft Schedule - Option 1 draft Specifications - Option 1 SOURCES SOUGHT NOTICE Posted 24 Mar 2014 to 8 Apr 2014, (15 days) Title: HVAC REPAIR & RENOVATION FOR BLDG 13 & 13A Project Number: 1391 (FTFA111224 & FTFA061243) The purpose of this Sources Sought Notice is to identify qualified business concerns that are interested in and capable of performing the work described herein, and posted as a market research tool only. Eglin AFB FL is contemplating a firm-fixed price contract to: Option 1: HVAC Repair, Bldg 13 Install a new DDC controlled Variable Air Volume (VAV) HVAC distribution system to replace current multi-zone system for Bldg 13 and 13A, approximately 145,000 sq. ft. A total of nine (9) new Variable Air Volume (VAV) Air Handling Units. The total air (CFM) for each new Air Handling Unit varies between 8,000 CFM up to 24,000 CFM. The project also includes a major upgrade of the Fire Alarm System because the main corridors on all floors of Bldg. 13 are going to be used as a return air plenum, requiring the corridor to be refinished with fire rated material and to prevent smoke from spreading throughout the building all corridors walls ductwork penetrations are protected by actuated fire/smoke dampers. The HVAC system will be served by the existing chilled water system. The contractor shall balance the air and water side of all equipment installed. All systems shall be fully commissioned by a certified Commissioning Agent before project completion. (Reference attached: draft Phasing - Option 1, draft Schedule - Option 1, draft Specifications-Option 1) Option 2: CLIN 1, HVAC Repair, Bldg 13 and 1st Floor Renovation Includes HVAC work as described in Option 1 above, and the following: To celebrate and illustrate this legacy and vision of the future, the AFRL is preparing to renovate key areas of the Research Lab in Building 13. To greet arriving tours, the existing site and entrance vestibule will be upgraded to a "cutting edge" design to keep in step with the advanced thinking of the lab. Static displays of munitions developed at the facility will greet the tour bus. A display plaza with "force wall" ramps and seating will make an interesting and comfortable experience as the tour is made ready to enter the building. The entrance vestibule will be renovated with a wall panel system and audio / visual displays showing concepts of heritage via L.E.D. displays. Floor, wall and ceiling finishes will be upgraded. New seating will be included in the vestibule renovation. The corridors will be upgraded with new ceilings, light fixtures, partition treatment and floor finishes. The Taconi Room, adjacent corridor and Front Office Group (FOG) will be visually tied together, relocating the FOG directly across the main corridor from the Taconi Room. Glass doors, vision panels and corridor work will enhance the tour experience. The facility is not fire-sprinklered, all new openings into egress corridors shall be provided as fire- rated assemblies. Vestibule, corridor and office renovations are in support of the Taconi Room where the tour guide gives an audio/ visual presentation of the role of the munitions Directorate, its part in the Legacy, Heritage & Future of Munitions. The new FOG area on the south side of the main corridor will house corporate-environment private offices, conference rooms, admin and reception areas. The existing FOG area and west corridor offices will be reconfigured to accommodate private and open office areas. Finishes throughout this area will follow the corporate-environment set in the new FOG area on the main corridor. Work in this area will include demolition of some existing doors and walls, and selective removal of walls for new door locations. Major components of the renovation will include: 1. Site Improvement at the entrance to Vestibule number 2. 2. Replacement of canopy signage. 3. Renovation of Vestibule number 2. 4. Renovation of the Taconi Room. 5. Relocation to the main (south) corridor & renovation/reconfig of the new FOG area. 6. Renovation of corridors connecting these elements. 7. Renovation/reconfig of the current FOG area on the west corridor. (Specs and Drawings - combined HVAC/1st Floor Renovation specs/drawings are not available at this time, however, they will be given in the solicitation) The magnitude of construction is between $5,000,000 and $10,000,000. The NAICS code applicable to this requirement is 238220, with a small business standard of $14,000,000. If awarded, the project duration is expected to be approximately 960 calendar days. Capability Statement Requested: We are requesting that all interested and qualified businesses respond to this sources sought notice with a capability statement, not to exceed fifteen (15) double sided 8.5" x 11" size sheets of paper. At a minimum, the capability statement shall include the following: • Offeror's name, address, point of contact, phone number, and e-mail address. • Offeror's Cage Code and DUNS number. • Offeror's confirmation of interest in bidding on the solicitation when it is issued. • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed as described above within the past three (3) years, brief description of the project, customer name, timeliness of performance/met or exceeded the required completion date, customer satisfaction, and total dollar value of the project); provide at least 2 examples of 100% construction complete projects and provide a current client point of contact information for each. • A statement of the portion, by a percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline. • Offeror's Joint Venture information, if applicable - existing and potential. • Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. • Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) The Government will utilize this information in determining the best acquisition strategy for this acquisition. Please state if you are a large business or the socio-economic categories in which your company belongs (i.e. 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned, etc.). Your capabilities statement MUST be submitted via US mail or email. Each email sent must not exceed 10MG size or it will not be received. Please request an email ‘delivery receipt' of your email to verify delivery. Email submission shall be sent to: sherwyndon.ballesteros.1@us.af.mil. Posted mail submissions shall be sent addressed to: ATTN: Don Ballesteros, Contract Specialist AFTC/PZIOC 308 West D Ave, Suite 130 Eglin AFB, FL 32542-5418 This sources sought SHALL NOT be construed in any manner to be an obligation of Eglin AFB, FL to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. The Point of Contact for this notice is Mr. Don Ballesteros, (850) 882-0273; email: sherwyndon.ballesteros.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8beff8d39d014a45549b664ce7d99e06)
- Place of Performance
- Address: Building 13/13A, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03317997-W 20140326/140324234136-8beff8d39d014a45549b664ce7d99e06 (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 |