SOURCES SOUGHT
56 -- Water Treatment FY 14 - Statement of Work
- Notice Date
- 1/14/2014
- Notice Type
- Sources Sought
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- FA2543-14-T-0002
- Archive Date
- 2/6/2014
- Point of Contact
- JOHN M SCHNEIDER, Phone: 7208476964, Deb Saumur, Phone: 720-847-9390
- E-Mail Address
-
JOHN.SCHNEIDER.9@US.AF.MIL, debra.saumur.1@us.af.mil
(JOHN.SCHNEIDER.9@US.AF.MIL, debra.saumur.1@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Statement of Work Buckley Air Force Base, located in Aurora, Colorado is conducting a market survey with the intent of determining the interest, capabilities and qualifications of potential small businesses in providing and installing equipment and providing chemicals as appropriate to treat HVAC systems in three buildings (A - C). The anticipated time frame is a one year base period with the potential for four one-year option periods. A firm requirement has not yet been established, and a draft Statement of Work (SOW) Revision dated 6 Jan 2014 is attached. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The contractor shall be required to provide all labor, materials, tools and equipment in order to provide this service in accordance with the Draft SOW. All contractors interested in supplying this service may indicate their interest in this potential acquisition by supplying responses that should include: (1) Identification of company size status, certifications, i.e., 8(a), HUBZone, SDVOSB, small business. (2) Proof of experience and capability. (3) Answers to the questions listed below. Capability statements will not be accepted after the due date. Specifics per building are: Bldg A: Open Loop: Cooling Tower 101. Size is 7' X 21' x 5'5" / SUMP GALLONS = 6,039.5 / Operating GPM= 1200. Closed Loop: 2 each Chillers @ 125 tons each with both running at any given time. Max Operating GPM = 850. Underground storage tank capacity = 25,000 gallons. Bldg B: A single story structure approximately 57,000 square feet in area. Sump size 8' X 17' X 7.5'. Open Loop: Sump size = 7,619.5 gallons, QTY(1). Max Operating GPM = 2200. Closed Loop: 2 each Chillers = 215 tons each with both running at any given time. Max Operating GPM = 890. Underground storage tank capacity= 25,000 gallons. Bldg C: Open Loop: Sump Size = 212 gallons, QTY(1) / Max Operating GPM = 400. Closed Loop: Chiller size = 95 tons. 405 GPM. The contractor shall be required to provide all labor, materials, tools and equipment in order to provide equipment, services and chemicals in accordance with the SOW. All contractors interested in supplying this equipment and service may indicate their interest in this potential acquisition by supplying responses that should include: (1) Identification of company size status, certifications, i.e., 8(a), HUBZone, SDVOSB, small business. (2) Proof of experience and capability. (3) Answers to the questions listed below. Capability statements will not be accepted after the due date. Responses shall be limited to five (5) pages. 1. How long have you been in business? 2. Have you ever performed government contracts? 3. Does your company have the vehicles and equipment to perform this requirement? 4. Do you have current (within the past 3 years) and relevant experience in all areas of this requirement? If not, please list the specifics areas that you have experience in. 5. Are you registered on SAM (System for Award Management - www.sam.gov )? THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Note, this is not a request to be placed on a solicitation mailing list nor is it a request for proposal, or an announcement of a solicitation. The anticipated North American Industry Classification System Code (NAICS) is 561790, Other Services to Buildings and Dwellings. This NAICS has a small business size standard of $7.0M. If you believe another NAICS is more applicable based on the SOW, please so indicate and state the justification with your reply. All interested firms should notify this office in writing by mail, e-mail, or fax of your interest in this notice. The Government will not pay for any material provided in response to this market survey nor return the data provided. All interested parties should contact, either of the following individuals by 1200 A.M MST on 22 January 2014, Contract Specialist, SrA J. Michael Schneider at 720-847-6964, john.schneider.9@us.af.mil or Contracting Officer Ms. Debra Saumur at 720-847-9390, debra.saumur.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-14-T-0002/listing.html)
- Place of Performance
- Address: Buckley AFB, CO, Buckley AFB, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN03266955-W 20140116/140114234014-35571695aaa001c9f4d966962e74d35c (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 |