Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
SOURCES SOUGHT

Y -- MECHANICAL MATOC AT JBLM

Notice Date
12/11/2014
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-15-R-0010
 
Response Due
12/29/2014
 
Archive Date
2/9/2015
 
Point of Contact
Kathaleen Schollard, 2539664369
 
E-Mail Address
USACE District, Seattle
(kathaleen.schollard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR W912DW-15-R-0010, MULTIPLE AWARD TASK ORDER CONTRACT SOLICITATION, JBLM, WASHINGTON. The Seattle District's Joint Base Lewis McChord Special Projects Contracting Branch intends to award a Multiple Award Task Order Contract primarily for a broad range of HVAC/ Mechanical Maintenance, Repair and Minor Construction Work on Real Property at Joint Base Lewis-McChord (JBLM) with a maximum capacity of $9,950,000 to include a one-year base period and four (4) one-year option periods. Up to five contracts will be awarded as a result of the resultant solicitation. This work is to be performed under NAICS code 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a business size standard of $15,000,000. The Task Order limitations under this contract will range from $2,000 to $750,000 however; most will be less than $300,000. Prospective Offers must be able to bond no less than $750,000 per project and no less than $3,000,000 aggregate. This Sources Sought notice is being issued to solicit responses from those small business firms who have performed work under NAICS code 238220 and have the capability to perform this type of work in-house, and would likely respond to the resultant solicitation. SUBMISSION REQUIREMENTS: Small Business Firms are invited to respond to this notice by providing the following information for your firm: a. Company Name, Cage Code, DUNS Number, Address, and Point of Contact with current, applicable phone number and email address. b. Approximate annual gross revenue. c. Small Business Status (General Small Business, HUBZone Small Business, Service Disabled, Veteran Owned Small Business (SDVOSB), 8(a) Small Business. d. Firm's bonding capabilities both single project and aggregate. e. NAICS code for which your company performs under Government contracts. f. Number of in-house plumbers, pipe fitters, sheet metal workers, & electricians. For the requirements outlined below indicate (1) whether or not you have successfully performed this work in the past and (2) whether or not the work was performed in-house or subcontracted out. Detailed responses or lengthy narratives are not required or desired. Also, Firms should reference the appropriate sections when providing each of their responses. a. Replacement, installation, repair, and service of the following: * HVAC and Mechanical systems & control systems. * DDC upgrades * Piping * Exhaust and supply fans * Hot water tanks b. Experience in Mechanical work to include: * Installation and repair of ductwork * Plumbing repairs that may include upgrades to potable water and waste water systems * Testing, adjusting and balancing of mechanical systems (TAB) c. Experience in Commissioning of: * Buildings * Individual components * Fire suppression systems * Mechanical equipment d. Experience with the installation, programming, trouble-shooting, and maintenance to include upgrades of the following software: * Tridium AX * Wonder Ware The following narrative outlines the work necessary for this requirement: The MATOC will primarily support Public Works (PW), serving Joint Base Lewis-McChord (JBLM), Washington. The intent of this MATOC is to provide a means for the Government to solicit and award mainly lower dollar mechanical service projects with as little lead time as possible. The successful contractors shall attend site visits with as little as 24 hour notice and may be expected to turn around a request for proposals in less than 7 days. Additionally, this MATOC is being solicited in order to compete task orders for work to include construction, repair, and service tasks in the mechanical discipline. Mechanical work may include replacement, installation, repair and service of HVAC and Mechanical systems, HVAC and Mechanical Control Systems, DDC upgrades, air handlers, boilers, chillers, pumps, piping, exhaust and supply fans, air conditioners, & hot water tanks. Mechanical work may also include installation and repair of ductwork, plumbing repairs that may include upgrades to potable water and waste water systems, testing, adjusting and balancing of mechanical systems (TAB), commissioning individual components as well as entire buildings, fire suppression systems, mechanical equipment, and other miscellaneous equipment. Of note, JBLM-Main and North use Tridium AX software and JBLM-McChord Field uses Wonder Ware software as the EMCS front end. Associated incidental carpentry, painting, fencing, demolition, asbestos and lead abatement, and environmental clean-up may be required with the mechanical task orders. Specific trades that will be required under this contract will include plumbers, pipe fitters, sheet metal workers, and electricians. The work will be comprised of approximately 95% construction and repair and 5% service over the duration of the MATOC. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and clearly provided at no cost to the Government. The Government is under no obligation to consider information received after 11:00 a.m. Pacific time on the 29th of December 2014 as part of the formal market research for this acquisition. The Government reserves the right to determine if a SB set-aside is appropriate, as well as one of the targeted socio-economic programs (General Small Business, 8(a) Small Business, Service Disabled Veteran Owned Small Business, HUBZone Small Business) based on responses to this notice and other pertinent information gathered by the Contracting Officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this effort. Point of contact is Kate Schollard at 253-966-4369. Responses shall be submitted to Ms. Schollard at Kathaleen.schollard@usace.army.mil. PLEASE NOTE THAT THE ARMY CORPS OF ENGINNERS EMAIL SYSTEM DOES NOT ALLOW RECEIPT OF INDIVIDUAL EMAILS OVER 8MB. If an email response is greater than 8MB, it will not likely be received. As such, responders are advised to reduce file sizes and/or submit responses in multiple emails, if necessary. Responses must be received no later than 11:00 a.m. Pacific Time on Monday,the 29th of December 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03593369-W 20141213/141211234210-b76f04d19a8f0163fe2820efa83ab386 (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.