Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOURCES SOUGHT

Z -- Repair HVAC Bldg 1254

Notice Date
4/8/2014
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-14-B-0TBD
 
Point of Contact
Richard L. Morris, Phone: 5757844312, Robert G. Rollins, Phone: 5757846072
 
E-Mail Address
richard.morris@cannon.af.mil, robert.rollins@cannon.af.mil
(richard.morris@cannon.af.mil, robert.rollins@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Repair HVAC system Bldg 1254 The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services Repairing the HVAC system Bldg 1254 at Cannon AFB, NM. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees' regarding this project is prohibited. This FedBizOpps notice is an announcement seeking market information on vendors capable of providing the services as described herein. 27 SOCONS is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, and the small business size standard is $14.0M. Description of Services Description of Mechanical Systems The existing chiller, boiler, and chilled/hot water pump shall be replaced along with air side equipment, excluding exhaust systems. Existing two-pipe distribution piping shall be salvaged where feasible. A new dedicated outside air system (DOAS) shall be provided to compensate for air exhausted through the restrooms. Outside air shall be ducted from at least 10ft above grade to comply with ATFP requirements where applicable. All new outside air intakes serving occupied spaces shall be provided with low-leakage dampers to automatically close upon activation of emergency shut-down system. HVAC equipment weighing 31 pounds or more (excluding distributed systems such as piping networks that collectively exceed that weight) shall be braced to resist 0.5 times the equipment weight in any horizontal direction and 1.5 times the equipment weight in the downward direction. Direct Digital Controls (DDC) shall be provided per the CAFB General Requirements Guide to the greatest extent allowable within the proposed budget. An emergency shutoff switch shall be provided in the HVAC control system that can immediately shut down the air distribution system throughout the building. Automated building controls shall be programmed to minimize energy consumption during unoccupied periods and optimize system performance at varying load conditions including initiation of setbacks and warm-up periods for heating and cooling systems. Mechanical System Selection Analysis New fan coil units shall be provided with high efficiency ECM motors and fan speed controllers. Boiler and air-cooled chiller shall exceed ASHRAE 90.1 energy efficiency standard. Chilled water system shall be designed with higher temperature differential (ΔT=12°F) to allow for lower pressure drop within the existing piping. Overall building diversity due to varying occupancy and solar loads shall be accounted for in chiller and boiler selection. Computer aided psychrometric analysis shall be used for system selection at full and part load conditions including performance under varying internaland external conditions. Additional calculations based on ASHRAE standards shall be performed to help determine optimal heating for energy efficiency and comfort. Coolingcoil may be sized with redundancy by as much as 15% to compensate for morning recovery due to night setback and to compensate for unanticipated loads or changes in space usage. Heating coils may be selected with redundancy of as much as 30% to compensate for morning recovery due to night setback. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Richard Morris, richard.morris@cannon.af.mil by April 15, 2014 @ 1400 MDT. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Bonding capability (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor(5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to self perform as a percentage of the total and those which you intend to use subcontractors; (6) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (7) Indicate if your company primarily does business in the commercial or Government sector (8) Indicate which NAICS code(s) your company usually performs under for Government contracts. Note: The interested vendors list of this notice will not be used for decision making purposes for any small business set asides. For your business to be considered as a potential vendor for set aside purposes you must submit a Capabilities Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-14-B-0TBD/listing.html)
 
Place of Performance
Address: Bldg 1254, Cannon AFB, New Mexico, 88101, United States
Zip Code: 88101
 
Record
SN03332700-W 20140410/140409021750-97c00b57e13bc118aa274177b3de66c0 (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.