Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2008 FBO #2264
SOURCES SOUGHT

Y -- HVAC Equipment Replacement for Galveston District, Jadwin Building, Galveston, Texas in Galveston County, Texas.

Notice Date
2/5/2008
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-08-S-0008
 
Response Due
2/21/2008
 
Archive Date
4/21/2008
 
Point of Contact
Celia Cockburn, 409 766-3067
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(Celia.E.Cockburn@swg02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought No. W912HY-08-S-0008 Project Title: HVAC Equipment Replacement for Galveston District, Jadwin Building, Galveston, Texas in Galveston County, Texas. The U.S. Army Corps of Engineers, Galveston District has a requiremen t for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is market research to determine inte rest and capability of potential qualified Small Business Administration (SBA) Certified: 8(a) Small Business, Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classificatio n Code (NAICS) 238220. The Small Business Size Standard is $13.0 Million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision for the above project. The cost range is between $250 ,000.00 and $500,000.00. Project Information: The contractor shall provide all labor, plant, and equipment to remove two (2) existing 170 NOM Tonnage rooftop air cooled water chillers and replace them with two (2) new rooftop air cooled water c hillers in the same location. Non-Interruptive work may be performed during normal working hours, Monday thru Friday, 8 AM to 5 PM. Interruptive work and outages shall be performed on weekends that are approved by the Administrative Contra cting Officer. All outages shall be a minimal of duration (normally 8 hours or less) and outages shall be during weekends (Saturday and Sunday). All outages shall be approved by the Government. The new chillers shall have the same control and energy monitoring and control system functionality and as currently provided by the existing Trane Company Tracer Summit System. Only one chiller may be removed and replaced and repiped at one time. This will ensure that the building chille d water system will not have any outages, unless the work can be accomplished in one weekend with one outage. If work can be accomplished in one weekend, this shall be approved by the Government and the contractor must remove and replace both c hillers, do all piping, controls and electrical work and have the chillers up and running to full capacity by midnight Sunday night. The Jadwin Building is basically a four story building. The contractor shall provide Pre-Award information within five (5) calendar days after bid opening. The contractor shall provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall commence work within ten (10) calendar days after the date of acknowled gment of the Notice to Proceed. The contractor shall complete the entire work and ready for use not later than 125 calendar days after the date of acknowledgment of the Notice to Proceed. If the contractor fails to complete the work within 12 5 calendar days, the contractor shall pay Liquidated Damages to the Government in the amount of $1,000.00. for each calendar day of delay until the work is completed or accepted. This work will be performed on Government property; therefore , the contractor shall be required to provide insurance in accordance with Federal Acquisition Regulation (FAR) 28.307-2, Liability. In addition, the contractor shall be required to submit a Felony Criminal Records (History) for each contract e mployee schedule to work on this proposed project. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, or SBA 8(a) Small Business, the contractor shall be required to perform in accordance with Feder al Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) which states 'The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees'. NOTE: (2) If the decision is to Set-Aside this procurement for HubZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal <B R>Regulation (CFR) SUBPART 126.700. '(b) (1) A qualified HubZone SBC prime contractor receiving a HUBZONE contract for general construction may meet this requirement itself by expending at least 50% of the cost of the contract incurred for pers onnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non- qualified HUBZone SBCs. NOTE: (3) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 125.6 (b) (2) In the case of a contract for general construction, the SDVO SBC spends at least 15% of the cost of contract performance incurred for personnel on the concern's employees or the employees o f other SDVO SBCs. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Celi a Cockburn, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3067. The fax number is (409) 766-3165. The e-mail address for Ms. Celia Cockburn: celia.e.cockburn@usace.army.mil. Response must be received no later than 2:00 P.M. central standard time, on 21 February 2008. The following information is required: 1. Name of firm w/address, phone and fax number, and point of contact. 2. State if your company is a certified 8(a), HubZone Small Business, or Service-Disable d Veteran -Owned Small Business. 3. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 4. State whether you r firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) 5. Qualification Criteria: Responses to this source sought shall provide information that indicates their expertise in remo ving and installing HVAC equipment. The evaluation will consider overall experience. 6. Submission Requirements: Firms submitting responses shall provide information in a matrix format on the most recent, up to five projects, that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors propo sed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of th e required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact Mr. Clifford Dominey at (409) 766-6319.<BR >
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01500515-W 20080207/080205224320 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.