SPECIAL NOTICE
Y -- FT BRAGG HVAC STANDARDIZATION
- Notice Date
- 4/3/2025 6:26:57 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM-HVAC-STANDARDIZATION
- Response Due
- 4/15/2025 11:00:00 AM
- Archive Date
- 04/30/2025
- Description
- This is a Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. This notice of intent is to give notification of the Government�s intent toinclude brand name requirements for Heating, Ventilation, and Air Conditioning (HVAC) chillers in future solicitations for construction projects at Fort Bragg, NC, and executed by the U.S. Army Corps of Engineers (USACE). USACE plans to solicit projects for the Army and other tenant units assigned to Fort Bragg. These projects may be new construction, renovation, or a combination thereof that are part of the Installation & Management Command (IMCOM) Category Management (CM) for the Facilities and Construction Category Program. In accordance with FAR 6.302, USACE intends to specify the brand name HVAC chiller item as part of the future construction contracts located at Fort Bragg, NC. The government will not purchase the equipment directly, but rather, brand name specifications will be included in the solicitation that will lead to a new construction contract. The intent is to be in accordance with the mandatory standardization decisions made by the IMCOM in accordance with their CM Program. HVAC equipment is being standardized throughout the Army on an installation basis. A single chiller manufacturer has been selected for use at each installation in order to achieve efficiencies and reduction of costs associated with reduced training costs of Army maintenance personnel, efficiencies in obtaining and storing spare parts, and decreased disruption to mission by rapid resolution of HVAC system failures. The future construction projects will include the sole-source procurement by brand name HVAC chillers that have been selected for use at individual installations. Contractors who can provide the USACE with the required services are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Unique Entity ID, any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, woman-owned small business, HUBZone, service disables veteran-owned small business or qualify as a socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses to this RFI are due on 15 April 2025 at 2:00 p.m. Submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - Firms shall provide evidence of bonding capability for both single and aggregate bonding programs by means of a letter from a Surety Company. This correspondence should explicitly state the firms authorized bonding program in addition to documenting the firm�s capacity on current contracts and/or task orders. Submittals including what a Surety can provide does not meet the requirement of what a firm can receive as a bonding instrument. The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Attn: John Hill E-mail: john.t.hill@usace.army.mil, The email shall be entitled: BRAGG HVAC Standardization� Request for Information_COMPANY NAME_. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this effort, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/16fd669ad4f742c29b22575b7b6412ba/view)
- Place of Performance
- Address: Fort Liberty, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN07396323-F 20250405/250403230043 (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 |