Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
SOURCES SOUGHT

41 -- ECIP HVAC Features

Notice Date
6/5/2017
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-17-R-0054
 
Archive Date
7/4/2017
 
Point of Contact
Aaron L. West, Phone: 9165577514, Scott Bonner, Phone: 916-557-7162
 
E-Mail Address
aaron.l.west@usace.army.mil, scott.bonner@usace.army.mil
(aaron.l.west@usace.army.mil, scott.bonner@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to aaron.l.west@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for install and/or renovation of HVAC features in 29 buildings at Ft. Hunter Liggett, CA. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in July 2017. In accordance with FAR 36.204(f), the estimated value of the resulting contract is expected to be $1M-$5M. It is estimated to have a duration of less than 550 days. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 238220, and the Federal Supply Code is 4120. Under Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3) Limitations on Subcontracting, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR clause 52.236-1 Performance of Work by the Contractor, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project will renovate a total of 29 buildings at the installation of Fort Hunter Liggett all of various square foot sizes. The buildings consist of both single story and multistory facilities. The facility types include admin office buildings, classrooms, training buildings, law enforcement, Youth Center, Snack Bar, schools, etc. at Fort Hunter Liggett, CA. The contractor shall be required to conduct a review of available documentation with respect to the building envelope, wall, roof systems, drainage systems as well as mechanical systems. Contractor reviews shall include assessments of as-built drawings, specifications, maintenance records, and actual operation record levels of temperature, pressure and humidity control. Contactor shall be capable of undertaking additional testing or monitoring of the existing systems where required. This project is intended to install various HVAC features and other energy conservation measures to numerous buildings at Fort Hunter Liggett to conserve energy and to meet Net Zero requirements. Fort Hunter Liggett has been selected by the Army as one of its six Net Zero pilot installations in the Energy category. A Net Zero energy installation is to produce as much energy on site as it uses over the course of a year. This project contributes energy savings toward that goal, many of the buildings on the installation employ HVAC systems that are either not working properly or antiquated and use more power than is necessary to condition the space. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 3:00 PM Pacific Time on 19 June, 2017. Submit response and information through email to: aaron.l.west@usace.army.mil. Please include the Sources Sought No. W91238-17-R-0054 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-R-0054/listing.html)
 
Place of Performance
Address: Ft. Hunter Liggett, CA, Ft. Hunter Liggett, California, 93928, United States
Zip Code: 93928
 
Record
SN04531982-W 20170607/170605234410-0e95386367e86ed5cf47d85070bf6446 (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.