SOURCES SOUGHT
41 -- Suppliers of Daikin/McQuay HVAC Chiller Units
- Notice Date
- 10/21/2020 12:02:14 PM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
- ZIP Code
- 76544-5025
- Solicitation Number
- ChillerUnitSuppliers
- Response Due
- 11/6/2020 10:00:00 AM
- Archive Date
- 11/21/2020
- Point of Contact
- Mr. Bruce Hayes, Phone: 2542875088, Fax: 2542875704, Mr. Orlando Guerro, Phone: 254-287-3808
- E-Mail Address
-
bruce.e.hayes.civ@mail.mil, orlando.guerrero4@mail.mil
(bruce.e.hayes.civ@mail.mil, orlando.guerrero4@mail.mil)
- Description
- INTRODUCTION The United States Army, Mission and Installation Contracting Command (MICC) located at Fort Hood (FH), Texas, is issuing this Sources Sought synopsis as a means of conducting market research to locate and identify potential sources with the ability to provide and install Daikin / McQuay HVAC-Chiller Units in support of the Department of Public Works (DPW) mission for sustainment of real property infrastructure, systems and components, within real property facilities located on Fort Hood, Texas.� The Fort Hood DPW anticipates the replacement of approximately 37 chillers over the next five years.��� The results of this market research will assist the Government in determining the most advantageous method(s) and contract type(s) for satisfying the Army�s objectives, as well as a determination of appropriate small business set-asides. This market research is designed to capture industry feedback on standard industry practices and commercial standards from the HVAC industry suppliers and service providers. Telephonic inquiries will not be accepted or acknowledged, and no feedback from Government representatives will be provided to companies submitting responses to this notice. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. �IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. �RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. �NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. �ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Installation Management Command (IMCOM), in an effort to standardize equipment used on Army installations, improve efficiency, preserve utilities, and realize long-term efficiencies in maintenance and repair of major systems and components, conducted an analysis of available manufacturers� products to determine perceived efficiencies and the preference for Daikin / McQuay chiller units.� This requirement is for the purchase of Daikin / McQuay HVAC-Chiller Units only, in various sizes, depending on the units to be replaced.��� �REQUIRED CAPABILITIES Respondents to this notice should consider that the Government intends to replace 37 chillers across Fort Hood, Texas within the next five years.� The rate at which these units may be replaced is based on the life expectancy expiration of currently installed equipment, and the availability and provision of appropriated funds over the next five years.� Equipment purchased shall be Daikin / McQuay only, without exception.� It is possible that one or more chiller replacements will be needed at the same time, due to unforeseeable equipment failures occurring prior to the projected life expectancy replacement dates. Respondents should consider that the Government will require standard warranty coverage, warranty documentation, operations manuals, and standard operational users� training with each purchase.� Operational training and maintenance requirements are expected to be tailored to each size and type of equipment installed.�� SPECIAL REQUIREMENTS Any and all contracts awarded as a result of competitive solicitations will be based on the provision of Daikin / McQuay HVAC-Chiller Units as approved under the provisions of the Federal Acquisition Regulation, Part 6.302-1(c)(ii)(B) and 6.302-1(c)(ii)(C)). A Brand name J&A may be posted with individual Invitation for Bids (IFB) if approved. � �ELIGIBILITY The North American Industry Classification System (NAICS) code for this requirement is 333415 � Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing; the Small Business Administration has assigned a size standard to this NAICS of 1,250 employees. The Product Service Code (PSC) selected for this type of work is 4120 � (Refrigeration and Air Conditioning Components). Responses from all business sizes are encouraged; please clearly identify your firm�s business size when responding to this notice.� SUBMISSION DETAILS Please submit responses to this Sources Sought, including any capabilities statement, to Mr. Bruce Hayes, Contract Specialist, in either Microsoft Word or Portable Document Format (PDF), via electronic mail at bruce.e.hayes.civ@mail.mil no later than 12:00 p.m. CST on 06 November 2020, referencing this synopsis number in the subject line of your e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL, OR PROPRIETARY OR FINANCIAL INFORMATION IN YOUR RESPONSE. Interested parties should submit an abbreviated capabilities brief demonstrating the ability to provide Daikin / McQuay Chillers described in this notice.��� If your organization is interested in participating in this effort, please provide a response meeting the following content:� 1) Company information: Company name, physical address (no Post Office Box), CAGE code, DUNS, business type (large and small, socio-economic category under the Small Business Administration (e.g., small disadvantaged, women-owned, HUBZone certified, 8(a), etc.), and primary points of contact (POCs); and 2) Capabilities Statement: Tailored capability statements addressing the requirements of this notice, work history in completing commercial and industrial HVAC contracts under NAICS 333415, a discussion of organizational capability to manage and execute concurrent multiple requirements, and any information you may share regarding installation, warranty work, and operational level training capabilities.� If significant subcontracting or teaming is anticipated in order to deliver technical capability, please address the administrative and management structure of such arrangements.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c916a63dbd7e4f899de356b40a3546b6/view)
- Place of Performance
- Address: Fort Hood, TX 76544-5095, USA
- Zip Code: 76544-5095
- Country: USA
- Zip Code: 76544-5095
- Record
- SN05834979-F 20201023/201021230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |