SOURCES SOUGHT
99 -- The Removal and Replacement of Environmental Control System
- Notice Date
- 7/12/2022 7:19:12 AM
- Notice Type
- Sources Sought
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- FA2521 45 CONS LGC PATRICK SFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- 22QB035
- Response Due
- 7/12/2022 6:00:00 AM
- Point of Contact
- Cynthia Whittaker, Phone: 3214946292
- E-Mail Address
-
cynthia.whittaker@SPACEFORCE.MIL
(cynthia.whittaker@SPACEFORCE.MIL)
- Description
- SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.� The Request for Quotation (RFQ) or Request for Proposal (RFP) number is FA252122QB035 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.� The North American Industry Classification Systems (NAICS) Code proposed 334512.� The size standard for this proposed NAICS is 500. Description:� The contractor shall provide services for The Removal and Replacement of Environmental Control System in Bldg 533 Room 105 and 109. Salient Characteristics:� List of tasks/parts below are not all inclusive and objective is to remove existing units and reinstall a working/turnkey system. Required Equipment: 3 ea Custom Condenser OEM Part # QCRAC-QPBO38164-0 or approved equal 3 ea Flooded Receiver OEM Part # ACAC75014 or approved equal 3 ea In Row Unit OEM Part # ACRD600P or approve equal 3 ea Leak Sensor OEM Part # AP9326 or approved equal Required Services:������� 3 ea Electric Start-Up Service 5X8 for NetworkAIR OEM Part # WSTRTUP5X8-AX-41 or approved equal 3 ea Air Assembly Service 5X8 for InRow RP DX OEM Part # WASSEM5X8-AX-41 or approved equal Draft Performance Work Statement (PWS) is attached. 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. �Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision.�� 45 CONS is interested in receiving comments from the industry on the draft PWS in regards to how the services are performed in the commercial industry. Commodity Capabilities package - All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.� Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. DISCLAIMER:� This Sources sought notice is�not a solicitation.��This notice is issued solely for information and planning purposes and does not constitute a solicitation.��All information received in response to this notice that is marked ""proprietary"" will be handled accordingly.��Responses to the sources sought notice will not be returned.��In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract.��Responders are solely responsible for all expenses associated with responding to this notice.� The Government does not guarantee any action beyond this notice.� The Government may not respond to questions posed in Industry responses. ATTENTION:� Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award.��Information on registration and annual confirmation requirements may be obtained via�https://www.beta.sam.gov� Please submit the information electronically in PDF format and reference RFP # FA252122QB035 to the Contracting Officer Cynthia Whittaker at cynthia.whittaker@spaceforce.mil.� Telephone responses will not be accepted. RFP due date:� 18 July 22 RFP due time:� 9:00 A.M. EST
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/733b7fd595c842589bb10df7ec698b13/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06386585-F 20220714/220712230109 (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 |