SOURCES SOUGHT
Z -- Construction Services for Building B-Main Administration Chiller and Building C-Security HVAC Equipment at the Homestead Job Corps Center located in Homestead, Florida
- Notice Date
- 4/11/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Labor, Employment Training Administration, Office of Contracts Management (National), 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- 1630DC-18-N-00024
- Archive Date
- 7/30/2018
- Point of Contact
- Monica C. Gloster, Phone: 2026933550, Marissa G. Dela Cerna, Phone: 202 693-3661
- E-Mail Address
-
gloster.monica@dol.gov, delacerna.marissa@dol.gov
(gloster.monica@dol.gov, delacerna.marissa@dol.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i), this notice is issued for the purpose of market research. Market research is being conducted to determine if there are potential SMALL BUSINESSES with the capabilities and experience to perform the required work. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposals or award a contract. The Government does not intend to award a contract based on responses, nor otherwise pay for the preparation of any information submitted. Project Description The U.S. Department of Labor seeks firms that may have certifications under Programs under Federal Acquisition Regulation Subpart 19; i.e. 8(a), HUBZone, SDVOSB, WOSB, etc., has a requirement for qualified contractors with the capacity to provide construction services for the replacement of HVAC equipment in Building B-Main Administration and Building C-Security. The work includes, but is not limited to, the following: Building B-Main Administration - Removal and replacement of the existing 30-ton air cooled liquid chiller with a new high efficiency air-cooled chiller. Also included is the replacement of the existing chilled water circulation pump and piping revisions to interconnect the new chiller to the existing chilled water systems. Building C-Security - Removal and replacement of the existing interior DX unit and exterior 10-ton air cooled condensing unit. The estimated price range is between $100,000 and $250,000. Interested Contractors are requested to submit their capability statements. Your capability statement should demonstrate the capacity of your firm to perform the required services, and shall include the following information. Pertinent factors for consideration of qualifications (in order of importance): 1. Previous projects of similar scope and value: a. Projects performed that are similar scope and value to the work required under this project. Your project examples should include two or more HVAC replacement projects located on operating educational facilities with a $100,000 to $250,000 construction value completed within the last five years. b. Provide previous project examples that include the location of the project (City and State), the project owner, owner telephone number and address, and a brief and concise description of the project scope. 2. Project Location: a. Provide two or more HVAC replacement projects completed in the region of the country the project is located, within the last five years indicating familiarity with local conditions and subcontracting community. Provide project locations of previous project examples. 3. Cost control, project schedule, safety, and quality control: a. Describe your company's record of performance on or ahead of time. Project examples shall include the contract award, notice to proceed, the original contract completion date, and the actual contract complete date for each project. b. Describe your company's record of reducing cost and completing projects on or below budget. Using your previous project examples, include the contract award amount, notice of award/NTP date, the original contract completion date, and the actual contract completion date and final contract value for each project. c. Describe your established Safety and Quality Control procedures and protocols which are consistently applied to all projects. Your capability statement will be evaluated based on the following criteria, which is listed in order of importance. 1. Previous projects of similar scope and value 2. Location 3. Cost Control, project schedule, safety, and quality control. Entities responding to this Sources Sought Notice should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirements. The response must be specific to each of the criteria listed above to demonstrate that the respondent is capable. The submissions shall not exceed 10 pages. Please provide your DUNS number with your submission. The North American Industry Classification System (NAICS) Code is 238220 and the Small Business Size Standard is $15 million. RESPONSES ARE DUE ON APRIL 18, 2018, BY 2:00PM EDT, AND MUST BE SUBMITTED ELECTRONICALLY VIA E-MAIL TO: gloster.monica@dol.gov (Monica Gloster, Contract Specialist) Other Information A prospective offeror that is interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database. Additional information regarding contractor registration can be obtained through the following website, www.sam.gov. Acknowledgment of receipt of responses will not be made nor will respondents be notified of the Government's evaluation of the information received. A determination by the Government to proceed with the acquisition is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. NOTE THIS INFORMATION IS FOR MARKETING PURPOSES ONLY AND NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/1630DC-18-N-00024/listing.html)
- Place of Performance
- Address: Homestead Job Corps Center, 12350 SW 285th St., Homestead, Florida, 33033, United States
- Zip Code: 33033
- Zip Code: 33033
- Record
- SN04886025-W 20180413/180411230928-378024cc5f74f343a2381081b46dd506 (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 |