Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2014 FBO #4746
SOURCES SOUGHT

Z -- HVAC and Boiler Upgrades, DLA Headquarters Facility, Fort Belvoir, VA

Notice Date
11/20/2014
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-R-0009
 
Response Due
9/30/2015
 
Archive Date
10/30/2015
 
Point of Contact
Gary Faykes, 410-962-0192
 
E-Mail Address
USACE District, Baltimore
(gary.faykes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS GENERAL CONSTRUCTION CONTRACTORS interested in performing Design/Bid/Build construction work at the Defense Logistics Agency Headquarters (DLA), located at Fort Belvoir, VA. This project will use NAICS Code: 238220 - Plumbing, Heating, Ventilation and Air Conditioning (HVAC) Contractors. The magnitude of construction for this project is $10,000,000.00 to $25,000,000.00 million. Small Business contractors must perform a minimum of 20% of the work. Estimated Period of Performance: It is anticipated the HVAC work would be performed over a period of 910 days, a thirty-month period to allow for phased construction activities between Summer 2015 and the close of Winter 2018. The Boiler replacement portion of the contract should be performed over a period 180 days, a six-month period between Summer 2015 and Winter 2016. Project Description: BOILER: Upgrade the current heating water system with replacing three boilers located in Pods 1-9 with six 3mmbtu condensing boilers. Replace all of Pod 10's boilers with high efficiency ones. Install new control system. Replace all hot water distribution pumps with variable speed drive motors. HVAC CHILLER: Upgrade the current heating, venting, & air conditioning (HVAC) system. Replace the 3 (three) oldest 500-ton chillers with 3 (three) 750-ton chillers. Install a new system/building-wide HVAC control system. Replace any controls that are not direct digital and not compatible with the new system. New system incorporates energy saving features like Winter/ Summer time room temperature control. Replace all motors with variable speed drive, and all work/material required to abandon the ice storage system. Interested sources shall submit a capability statement demonstrating their ability to perform work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information in addition to the following: 1. Company name, address, phone number and point-of-contact. 2. Please submit your cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award, Please see https://www.sam.gov/portal/public/SAM. 3. Indicate the primary nature of your business. 4. Provide two (2) examples of projects similar to requirements described in the project description above, within the past seven (7) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. In addition please provide: 5. A letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action as well as the total aggregate bonding capacity. Total submittal shall be no longer than (12) twelve pages in one.pdf file or word document. Email responses are required. Responses are to be sent via email to alexander.t.heinzel@usace.army.mil no later than 11:00 a.m. on 2 DEC 2014. THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-R-0009/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03578226-W 20141122/141120234826-8f736dcdc90d25924ee9bcdcd81cfeaa (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.