Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOURCES SOUGHT

99 -- Construction/Replacement of HVAC System - WPAFB, OH

Notice Date
4/24/2025 8:00:50 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-HVAC-WPAFB
 
Response Due
5/8/2025 1:00:00 PM
 
Archive Date
05/23/2025
 
Point of Contact
Morgan Greenwell
 
E-Mail Address
morgan.l.greenwell@usace.army.mil
(morgan.l.greenwell@usace.army.mil)
 
Description
Construction/Replacement of HVAC System - WPAFB, OH A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. The intent of this future solicitation will be to select one contractor for the replacement and consolidation of existing AHUs while converting the facility to variable air volume from a patchwork of other system types. Project Location: Wright-Patterson AFB � WPAFB � 1 Wright Patterson Air Force Base, Dayton, OH 45433 This project is for the design/bid/build construction of a comprehensive replacement of the Heating Ventilation & Air Conditioning (HVAC) system in facility 20824, a two story (with penthouse), 49,000 square feet (SF) research building comprised of both research laboratory and administrative space. Work includes replacement and consolidation of existing AHUs while converting the facility to variable air volume from a patchwork of other system types. The new modular chiller-heater will be capable of delivering 210 tons of cooling and 1,845 MBH of heating. Where feasible, AHUs will be consolidated to reduce total number of zones, based on lab requirements and physical constraints. The chilled water system will also be replaced and evaluated for consolidating two separate systems into one. Chilled water piping will be upgraded and reconfigured as required. Areas currently served by Direct Expansion (DX) units should be added to the facility chilled water system. Work also includes upgrades of all HVAC controls to Direct Digital Controls (DDC), including any necessary communications support work. Electrical upgrades are also needed to support HVAC repairs and equipment upgrades. Interior work will also include upgrades to finishes. While the HVAC system upgrades are being completed, all outstanding fire and life safety deficiencies will be brought into compliance with current UFC 3-600-01 as required. An existing FSD 1 within the facility will be corrected. Contract duration is estimated at 23 months. The estimated cost range is between $5,000,000.00 and $10,000,000.00. NAICS code is 238220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Disabled Veteran Owned Business contractors should respond to this survey by email on 08 May 2025 by 4:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. a. Projects considered similar in scope to this project would include the following features - HVAC system replacement, consolidation, and repair of existing AHUs that included specialized environmental control (e.g. pressurization requirements, humidity control, etc.) and associated electrical controls. b. Projects considered similar in size to this project would include the following features- replacement, consolidation, and repair of a single centralized HVAC system(s) c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 5. The dollar value of the construction contract and whether it was design-bid build or design-build. 6. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 7. Identify the number of subcontractors by construction trade utilized for each project. 8. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Morgan Greenwell at morgan.l.greenwell@usace.army.mil. If you have questions, please contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ecd1acfc69e64862b73d6ca102c8bf24/view)
 
Place of Performance
Address: Dayton, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07421398-F 20250426/250424230055 (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.