SOURCES SOUGHT
Y -- Notice of Intent (NOI) to Sole Source HVAC Chillers
- Notice Date
- 2/7/2023 12:39:19 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127823R0024
- Response Due
- 2/22/2023 11:00:00 AM
- Archive Date
- 06/24/2023
- Point of Contact
- LANELL A. ROBERTS, Phone: 2516943859, Kenneth Harlan, Phone: 2516943763
- E-Mail Address
-
lanell.a.roberts@usace.army.mil, Kenneth.P.Harlan@usace.army.mil
(lanell.a.roberts@usace.army.mil, Kenneth.P.Harlan@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- U.S. Army Corps of Engineers (USACE), Mobile District (SAM) plans to solicit offers for new horizontal and vertical construction for USACE customers in Mobile District Area of Responsibility.� This includes all construction at Mobile District�s Area of Responsibility Air Force Bases.� The United States Army Corps of Engineers, in accordance with FAR 6.302, intends to specify the following listed item as part of the construction contract.� The project includes the sole-source procurement of brand name Heating, Ventilation, & Air Conditioning (HVAC) chillers.� The anticipated source is Trane U.S. Inc., 3600 Pammel Creek Rd La Crosse, WI 54601.� This is not a formal solicitation or request for quote.� This synopsis of intent is to give notice of the Government�s intent to use brand name requirements (Trane) for HVAC chillers. The HVAC chiller is designed to be 80 ton capacity, model CGAM.�Contractors who can provide the U.S. Army Corps of Engineers with the required services (compatible for Trane equipment only) are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement.� Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220� with a Small Business Size Standard of $39.5 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, Unique Entity Identifier (UEI) #, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. Responses should be furnished electronically to the contact listed below no later than 2:00PM CST, 22 February 2023.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e93b2448a2994d77bd44c7e32a7a4ced/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06585083-F 20230209/230207230112 (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 |