Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
SOURCES SOUGHT

Z -- Mechanical Maintenance/Repair IDIQ

Notice Date
5/21/2015
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-R-0017
 
Archive Date
6/19/2015
 
Point of Contact
Meghan Thomas, Phone: 315-330-2177
 
E-Mail Address
Meghan.Thomas.1@us.af.mil
(Meghan.Thomas.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Mechanical Maintenance and Repair Indefinite Delivery Indefinite Quantity Contract, AFRL, Rome Research Site, Rome, New York. This acquisition includes but is not limited to completion of task orders in the following areas of mechanical maintenance, repair, and minor construction: (a) maintenance, repair, and minor construction services for a variety of HVAC&R equipment and their components. This work includes the maintenance, repair, and installation of all components, devices, equipment and associated systems, including but not limited to compressors, blowers, motors, drive assemblies, fans, service valves, dampers, condensers, cooling coils, piping, pumps, purge units, control systems and wiring, duct work, burner assemblies, combustion chambers, thermostats and temperature controls, registers, condensate and drip pans and drains, grills, evaporators, air filters, heat/air conditioning units, electrical appurtenances and all other items of equipment essential to the proper operation of HVAC&R equipment and systems in accordance with the manufacturer's manuals. (b) maintenance, repair, and minor construction services to plumbing systems. These services shall include all common industrial/commercial fixtures, water supply piping, and various types of waste water drainage systems, backflow preventions devices, and common fire protection sprinkler systems. When repaired, plumbing systems and fixtures shall operate with proper pressure flow and drain freely and work in good, safe operating condition, free of leaks and drips. Specifications, drawings, and associated documents will be provided at time of solicitation. NOTE that this description of work is for the purpose of general information only and is not intended to include nor describe every feature of work or to define the scope of the work completely. If this effort is to be set aside, then the clause at FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade 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. The applicable NAICS code is 238220 with an associated small business size standard of $15.0M average annual revenue. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a), HUBZone Small Business (SB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB) or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a "full and open" basis. All interested 8(a); HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond. The Wage Rates Requirements Statute will apply to performance of this contemplated contract. Estimated ordering period will be 5 years from the date of award. The estimated maximum ordering amount is $2,000,000. In order to be considered, responses must include the following: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor. 2. Evidence of successful completion within the past five (5) years as a prime contractor of at least two (2) projects similar in magnitude and scope to the work described in this notice. 3. Past performance information for work cited above to include: (a) Project description detailing the size, scope, complexity, phasing plan, planned and actual budget, planned and actual schedule, tenants that occupied the various buildings, cost control and cost tracking methods, schedule control, coordination, and prime contractor's experience in delivering the completed projects satisfactorily to the end users. (b) Description of methods employed to successfully work within the fixed schedule and prescribed budget. (c) Contract numbers, project titles, dollar amounts, points of contact, and contact information. (d) Description and quantification of work performed by subcontractors. 4. With regard to this acquisition, a narrative statement describing the intended responsibilities of the prime contractor and subcontractor(s), what work elements each would accomplish, and how the prime contractor would fulfill the requirement to perform at least 25% of the work (not including the cost of materials) with its own employees. 5. Evidence and quantification of bonding and insurance capacity for the work described in this notice. 6. Description of Safety and Quality Control methodologies not to exceed 2 pages each. 7. Documentation of current 8(a), HUBZone SB, SDVOSB, WOSB or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) NOTE: All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested will result in a contractor being considered ‘NOT INTERESTED' in this requirement. Special attention should be given to the pre-proposal site meeting requirement that will be included in the contemplated contract. Due to the nature of the work requirements the awarded contractor will be responsible to attend pre-proposal site meetings for all prospective task orders at no additional cost to the government. The contractor will be asked to schedule and attend a pre-proposal meeting within 5 business days after notification from the contracting officer. Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Meghan Thomas, Contract Specialist (Meghan.Thomas.1@us.af.mil) with an email copy to John Haberer (John.Haberer@us.af.mil ) and Small Business Specialist (Janis.Norelli@us.af.mil). Responses must be sent by email. All information must be received before 3:00 PM (ET) 04 June 2015 to be considered. Technical questions may be referred to Meghan Thomas, with an email copy to John Haberer (see email addresses above). Small Business program questions may be referred to Janis Norelli, email Janis.Norelli@us.af.mil If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System Award Management (SAM - http://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil). This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0017/listing.html)
 
Record
SN03739963-W 20150523/150522000156-002e77f25a3cf8dcc918430913195684 (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.