Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2016 FBO #5188
SOURCES SOUGHT

Z -- AIR CONDITIONING UNIT UPGRADE

Notice Date
2/4/2016
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
 
ZIP Code
04401-3055
 
Solicitation Number
W912JD16Q2008
 
Archive Date
3/2/2016
 
Point of Contact
Jason M. Edwards, Phone: 207-404-7107, Bradford Erdmann, Phone: 2074047353
 
E-Mail Address
jason.m.edwards1.mil@mail.mil, bradford.c.erdmann.mil@mail.mil
(jason.m.edwards1.mil@mail.mil, bradford.c.erdmann.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W912JD-16-Q-2008 SOURCES SOUGHT SYNOPSIS The Maine Air National Guard is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Air Conditioning Unit Upgrade at the Defense Finance & Accounting Service in Limestone, Maine. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220. The small business size standard is $15.0 Million. This acquisition will be a competed action. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, e-mail address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 16 February 2016; 10:00:00 AM EST. All responses under this Sources Sought Notice must be emailed to usaf.me.101-msg.list.msc-contracting@mail.mil. If you have any questions concerning this opportunity please contact: MSgt Jason Edwards Jason.m.edwards1.mil@mail.mil APPENDIX 1: Purpose and Objectives Interested concerns are requested to address the following specific requirements from the Statement of Work. Interested concerns shall demonstrate their existing capability. a. Work includes the removal of three (3) existing Liebert (Room Installed) HVAC units, one (1) existing Roof-Top Condensing Unit for server rooms and one (1) ceiling installed Trane Split System servicing the phone room. Provide and install five (5) Mini-Split Cooling units for Server and Phone rooms. SOW includes the following specific requirements: b. Removal and disposal of three (3) Liebert cooling units to include one (1) roof-top condensing unit and associated mounting brackets, wiring, piping, small air handler and associated duct work. c. Removal and disposal of one (1) Trane Split unit to include (Above Ceiling) compressor and condensing unit located in the Penthouse, including brackets, wiring to unit and piping which currently cools to the phone room. d. Server Room installation of new cooling systems including four (4) 3.5 Ton (42,000btu) condensing units, and four cassette ceiling units Note: Contractor to install condensing units in the Penthouse, directly above the Server Room. e. Phone Room installation of new cooling system to include one (1) 3.5 Ton (42,000btu) condensing unit (Model # Puy-a42nha6 or equal),, and one cassette ceiling unit (Model # pla-a42a6 or equal),. Note: Contractor will install condensing unit in the Penthouse, directly above the Phone Room. f. Contractor responsible for all copper drain piping for condensation units cooling the Server and Phone rooms. Condensation units pumps will be utilize existing Penthouse floor drains. g. All unit refrigeration lines shall have contractor installed one (1) inch insulation. h. All condensation units shall have "Stand Mounted Bases" to ensure at least two (2) inches of separation from penthouse floor. i. Each unit shall be controlled separately by room sensors controlled mounted on walls. j. Shut down existing units and lock out electrical power supply. k. Recover and dispose of refrigerant charge per the EPA Guidelines. l. Supply appropriate size, licensed crane, licensed crane operator, competent person as spotter and rigging service. m. Connect electrical to existing unit disconnect in Penthouse. n. Install new electrical and conduit from unit junction box to unit disconnect and terminal board where new unit footprint requires this. o. Reconnect existing electrical and control wiring. p. Cap refrigerant lines on removed roof-top unit and install a "Flower Pot" termination box to house terminated lines at "Built-Up-Gravel" height. q. Ensure installer is Licensed and certified to install HVAC units. r. Provide Operation & Maintenance manuals for all installed units TRAINING: The combined aspect of this project includes two hours of training for DFAS Industrial Control Technicians.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD16Q2008/listing.html)
 
Record
SN04010041-W 20160206/160204234927-a5e20a1f512f479e94ed4843192006a4 (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.