SOURCES SOUGHT
Z -- Repair HVAC Systems, BEQ (NNPTC)
- Notice Date
- 6/27/2016
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-16-R-0017
- Point of Contact
- Douglas W. Lembo, Phone: 8439635856, Useba Ford, Phone: 8439635174
- E-Mail Address
-
Douglas.Lembo.2@us.af.mil, Useba.Ford@us.af.mil
(Douglas.Lembo.2@us.af.mil, Useba.Ford@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Repair HVAC System, BEQ Bldg. 2407 & 2408 (NNPTC) Solicitation Number: FA4418-16-R-0017 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to provide HVAC replacement in Bachelors Enlisted Quarters (BEQ's) Buildings 2407 and 2408 in the Naval Nuclear Power Training Command (NNPTC) Complex at Joint Base Charleston - Weapons Station, Goose Creek, South Carolina. The BEQ's Buildings 2407 and 2408 are three stories and approximately 71,000 square feet each constructed in 1997. The Buildings are primarily used as living quarters with some ancillary spaces. The BEQ's are a major source of housing for the campus and will be occupied during construction; phasing will be required. The general intent of this project is to provide new HVAC equipment and system modifications for a fully operational HVAC system and provide repair of roof louvers at attic level as part of coordination work with the mechanical repairs. Work will requires removal of existing gable end louvers to allow new mechanical equipment installation. New louvers will be installed. All existing louvers at attic shall be sealed. The HVAC systems serving the Buildings consist primarily of equipment located in the attic with VAV boxes located in each of the rooms. The attic space doubles as a mechanical mezzanine and each wing contains a variable air volume (VAV) air-handling unit (AHU), a dedicated outdoor air unit (DOAU), an energy recovery module (ERM), an exhaust fan (EF), electric duct heater (EDH) and filter module (FM). A total of (4) assemblies exist in each building, (1) per wing. Each Building has 4 wings for a total of 8 wings, the phasing shall be completed one wing at time; each wing will be completed prior to starting the next wing. Contract type will be Firm-Fixed Price. Capabilities are sought from small businesses for the purposes of determining if this requirement can be set-aside. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The anticipated performance time is 730 calendar days. The NAICS Code assigned to this acquisition is 238220 - Plumbing, Heating, and Air-Conditioning Contractors with a Size Standard of $15M. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE FOR RECIEPT OF PROPOSALS. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. HUBZone, SDVOSB and Small Business firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 12 Jul 2016. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 25 percent (25%) of the cost of the contract, not including the cost of materials, with its own employees AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, 8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, SDVOSB or HUBZone concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 29 Jul 2016, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Contracting Office Mailing Address: 628 CONS/LGCB 101 E. Hill Blvd. Joint Base Charleston, SC 29404-5021 Original Point of Contact Mr. Douglas Lembo, Contract Specialist, Phone (843) 963-5856, e-mail: Douglas.lembo.2@us.af.mil. Alternate Point of Contact: Mr. Useba Ford, Contracting Officer, Phone (843) 963-5174, e-mail: useba.ford@us.af.mil. Place of Performance Joint Base Charleston - Weapons Station, Goose Creek, SC Postal Code: 29445 Country: USA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-16-R-0017/listing.html)
- Place of Performance
- Address: Joint Base Charleston - Weapons Station, Goose Creek, South Carolina, 29445, United States
- Zip Code: 29445
- Zip Code: 29445
- Record
- SN04162774-W 20160629/160627234440-9b4b050fd5603ef9d5805053c06ae94d (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 |