Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOURCES SOUGHT

Y -- Fort Drum HVAC and Building Controls

Notice Date
5/25/2021 5:04:42 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-21-Q-0001
 
Response Due
6/8/2021 8:00:00 AM
 
Archive Date
06/08/2021
 
Point of Contact
Alfredo Milan Sanchez, Phone: 3157729903, Scott Sylvester, Phone: 3157729893
 
E-Mail Address
alfredo.m.sanchez.civ@mail.mil, scott.m.sylvester.mil@mail.mil
(alfredo.m.sanchez.civ@mail.mil, scott.m.sylvester.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure HVAC and Building Controls in support of the Directorate of Public Works (DPW), Fort Drum, NY, on a small business set-aside basis, provided 2 (two) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, in all socioeconomic categories (e.g., 8(a) Business Development Program, Small Disadvantage Business (SDB), Historically Underutilized Business Zone(HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE).� It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.� BACKGROUND: Fort Drum currently utilizes two vendors for HVAC, lighting system operations, and utility meter reporting. Fort Drum�s building automation hardware and software employs Siemens Insight software or Trane Tracer Ensemble to monitor, make changes and troubleshoot HVAC issues from the Supervisory Control and Data Acquisition (SCADA) computers utilizing servers that host IIS and SQL. The anticipated NAICS code is 238220, Plumbing, Heating, and Air-Conditioning Contractors (Size Standard: $16.5M). The service code is Y1QA, Construction of Restoration of Real Property (Public or Private). Interested firms must be registered in the System for Award Management (SAM), https://www.sam.gov.� Registration must be complete prior to the end date of this notice. PURPOSE OF THIS SOURCES SOUGHT:� To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside.� While not a firm cutoff, providing responses to this announcement no later than 11:00 a.m. Eastern Time on 8 June 2021 will facilitate planning and ensure your capability receives maximum consideration.� Only electronic submissions will be accepted. Interested business concerns should provide a brief �capabilities statement� package (submissions are limited to no more than 25 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement.� A generic capability statement is not acceptable.� No particular format is mandated.� The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.� The capability package shall be sent by email to: Contract Specialist: Scott Sylvester Email: scott.m.sylvester.mil@mail.mil Procuring Contracting Officer: A. Milan Sanchez Email: alfredo.m.sanchez.civ@mail.mil Your email subject line should reflect: �Firm�s Name, Response to the Sources Sought Fort Drum HVAC and Building Controls.� The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions.� DO NOT SEND ZIPPED files as the Government�s information network will remove all zipped files. In response to this sources sought, please provide: 1.� A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNs number.� Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB.� 2.� A company must be certified in the installation of Trane and/or Siemens building automated systems with respect to both hardware and software. Companies must provide documentation of certification. 3.� A company must be able to provide as-built drawings in hardcopy as well as in a format that can be uploaded onto Fort Drum�s server and be compatible with their SCADA system. 4.� In responding to this synopsis, provide what you believe are the key tasks that need to be accomplished to be successful to conduct Fort Drum HVAC and Building Controls. In essence: �What key tasks should be used for determining minimum capability?� 5.� Identify whether your firm is interested in competing for this requirement as a prime contractor.� If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in performing mechanical HVAC design services and providing comparable services.� Ensure the information is in sufficient detail regarding previous experience in performing mechanical HVAC design services (indicate whether as a prime contractor or subcontractor) on similar requirements include the services provided. If applicable, please provide the same experience information from any Subcontracts, Joint Venture, and/or teaming partners you may propose with. 6.� Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 7.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.SAM.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9. Recommendations for the appropriate NAICS for this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/558f3aff355347429a81159d5138daca/view)
 
Place of Performance
Address: Fort Drum, NY 13602, USA
Zip Code: 13602
Country: USA
 
Record
SN06012817-F 20210527/210525230106 (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 |
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.