Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
SOURCES SOUGHT

Y -- Mechanical - Construction Services

Notice Date
7/5/2018
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S801860001
 
Archive Date
7/25/2018
 
Point of Contact
Rosa I Diaz,
 
E-Mail Address
rosa.i.diaz.civ@mail.mil
(rosa.i.diaz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission & Installation Contracting Command office at Joint Base Lewis-McChord (JBLM), Washington intends to award a Multiple Award Task Order Contract (MATOC) suite primarily to provide a broad range of HVAC/ mechanical maintenance, repair and minor construction work on real property at JBLM with a magnitude between $5,000,000 and $10,000,000 to include a one-year base period and four (4) one-year option periods. Up to five (5) contracts may be awarded from the resultant solicitation. This work is to be performed under NAICS 238220 -- Plumbing, Heating, and Air-Conditioning Contractors, with a business size standard of $15,000,000. Contractors with a 236 NAICS are not desired. The limitations for each task order will range from $2,000 to $500,000; however, most will be less than $300,000. This Sources Sought notice is being issued to solicit responses from those small business firms who have performed work under NAICS 238220 specifically, 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: a. Company Name, CAGE Code, DUNS Number, Address, and Point of Contact's name, current phone number (with area code) and complete email address. b. Approximate annual gross revenue. c. Small business status (Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), 8(a) Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business) d. Firm's bonding capabilities both for a single project and aggregate. e. NAICS code(s) for which your company performs under Government contracts, if any. f. Number of in-house plumbers, pipe fitters, sheet metal workers, & electricians. For the requirements outlined below indicate: (1) whether or not your firm has successfully performed this work in the recent past; and (2) whether or not the work was performed in-house or sub-contracted. Detailed responses or lengthy narratives are not required or desired. 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 [utilized at JBLM-Main and JBLM-North; EMCS front end] • Wonder Ware [utilized at JBLM-McChord Field; EMCS front end] The following narrative outlines the work necessary for this requirement: The MATOC suite will support the Directorate of Public Works (DPW) serving JBLM. The intent of this suite is to provide a means for the Government to solicit and award projects, mainly lower dollar mechanical services, with as little lead time as possible. The successful contractors shall attend site visits with as little as 24-hours' notice and may be expected to respond to a request for proposals in less than seven (7) calendar days. 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 suite of contracts will include plumbers, pipe fitters, sheet metal workers, and electricians. The work will be comprised of approximately 85% construction and repair and 15% services over the duration of the contract. Information provided to the Government, as a result of this notice, is strictly voluntary and provided at no cost to the Government. The Government is under no obligation to consider information received after the stated end date of this notice as part of the formal market research effort for this acquisition. The Government reserves the right to determine if a small business set-aside is appropriate, including any socio-economic program (8(a) Small Business, Small Disadvantaged Business, Service Disabled Veteran-Owned Small Business, HUBZone Small Business, Woman-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business), based on responses received to this notice and other pertinent information gathered by the Contracting Officer. In order for the Government to make a small business set-aside determination, it is emphasized that small business concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all of the requirements of this effort. Point of contact is Ms. Rosa I. Diaz, Contract Specialist, at rosa.i.diaz.civ@mail.mil. Responses shall be submitted to Ms. Diaz only via email. Responders are advised to limit file sizes to 5MB per document. Responses must be received no later than 3:00 PM (PDT) on Thursday, 19 July 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cc6bc1858c29222d4c9741c1f94207cc)
 
Place of Performance
Address: JBLM, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04980220-W 20180707/180705230451-cc6bc1858c29222d4c9741c1f94207cc (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.