Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
DOCUMENT

Y -- SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF HVAC SYSTEMS AT VARIOUS LOCATIONS WITHIN THE NAVFAC AOR (CA, AZ, NV, CO, UT, AND NM) - Attachment

Notice Date
6/4/2013
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132
 
ZIP Code
92132
 
Solicitation Number
N6247313RHVAC
 
Response Due
6/25/2013
 
Archive Date
7/10/2013
 
Point of Contact
Michelle Sanders - (619) 532-3834
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF HEATING, VENTILATION, AND AIR-CONDITIONING (HVAC) SYSTEMS AND ASSOCIATED WORK AT VARIOUS LOCATIONS WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST AREA OF RESPONSIBILITY, INCLUDING BUT NOT LIMITED TO, CALIFORNIA, ARIZONA, NEVADA, COLORADO, UTAH, AND NEW MEXICO This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government's overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as a full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction, repair, and renovation of HVAC and energy conservation projects. The term "self-perform" refers to performing relevant major trade work in-house without subcontractors. This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Small Business Size Standard of $33.5 million. Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the area of responsibility (AOR) of NAVFAC Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one base year with 4 one-year renewable options, resulting in the contract performance period of maximum 5 years. The estimated total contract price for the base year and all option years for all contracts combined is $99,000,000. Task order range is estimated between $50,000 and $8,000,000. Projects will be primarily design-build or secondarily fully-designed for new construction, repair and renovation. Projects may include, but are not limited to: Boiler/Chiller plants; Digital Direct Controls or Energy Management Control System; HVAC equipment energy optimization; commissioning and retro-commissioning; distribution systems including supply and return air systems, ventilation and exhaust systems, steam, glycol, medical gas, refrigerant, heating hot water and chilled water distribution, associated terminal devices, heat recovery equipment, heat exchangers, sound attenuation, insulation, and associated appurtenances; energy supply including oil, gas, steam, heating hot and chilled water distribution systems; other Heating, Ventilation, and Air-Conditioning (HVAC) systems and equipment including special cooling and humidity control, dust and fume collectors, air purifiers, paint booth ventilation systems; and system testing and balancing. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled "Sources Sought Information Forms." The following information shall be provided: 1) Contractor Information: Provide your firm ™s contact information. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. 3) Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing and capable to work. 5) Experience: Submit five (5) government or commercial projects your firm has constructed (minimum 100% complete by the sources sought issuance) in the last 5 years, demonstrating your experience with HVAC projects as indicated in this announcement, within the cost range of $50,000 and $8,000,000. Additional submission requirements: ï ­ Submit at least two projects with a construction cost of $3,000,000.00 or above. ï ­ Submit at least one project demonstrating self-performed construction experience with boiler/chiller plants replacement and modernization. ï ­ Submit at least one project demonstrating construction experience with installation of Digital Direct Controls or Energy Management Control Systems. ï ­ At least one of the self-performed projects shall demonstrate experience with design-build. For each of the projects submitted for experience evaluation, provide the following: ï ­ title and location ï ­ award and completion dates ï ­ contract or subcontract value ï ­ type of work ï ­ customer information including point of contact, phone number, and email address ï ­ whether the work was performed as a prime or subcontractor ï ­ type of contract ï ­ narrative project description ï ­ description of the work that was self-performed by your firm, including the percentage self-performed If the project was design-build, identify the name and address of the A-E firm used to provide design or specify if the design was performed in-house. Indicate whether you have an established working relationship with the design firm. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Daylight Time) on June 25, 2013. Please address your response to NAVFAC Southwest, CI Core Team, Attn: Michelle Sanders “ Code RAQ20.MS, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to michelle.sanders@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil/ and begin with "N62473."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247313RHVAC/listing.html)
 
Document(s)
Attachment
 
File Name: N6247313RHVAC_Sources_Sought_Information_Forms.zip (https://www.neco.navy.mil/synopsis_file/N6247313RHVAC_Sources_Sought_Information_Forms.zip)
Link: https://www.neco.navy.mil/synopsis_file/N6247313RHVAC_Sources_Sought_Information_Forms.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN03078720-W 20130606/130604235220-ce49c562994cb4f77691066b1178f2dc (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.