Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOURCES SOUGHT

Z -- Replace AHU-1

Notice Date
5/23/2017
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
Project130060
 
Point of Contact
Adam Lynch, Phone: 937-522-4553, James Bane, Phone: 9375224546
 
E-Mail Address
adam.lynch.3@us.af.mil, james.bane.4@us.af.mil
(adam.lynch.3@us.af.mil, james.bane.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), HUBZone, 8(a), Woman-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only. The purpose of this project is to replace the aging air handler (AHU-1) in Facility 20642 and all associated pneumatically controlled variable-air-volume boxes (VAVs) with digitally controlled VAVs. SPECIAL REQUIREMENTS/CONCERNS: The scope of this project requires the contractor to keep the library in Facility 20642 open to student and faculty use during normal business hours, and maintain air conditioning within the construction area using temporary air handlers. The anticipated period of performance is 161 days and the estimated magnitude is between $500,000 and 1,000,000. The NAICS Code assigned to this acquisition is 238220 (Plumbing, Heating and Air Conditioning Contractors), with a Size Standard of $15,000,000. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO or HUBZone). All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3). All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 10:00 A.M. ET on 8 June 2017: Please include the following in your Capability Package: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; (2) Your DUNS Number and/or CAGE Code; (3) Date of HUBZone certification, if applicable; (4) 8(a) certification, if applicable; (5) WO must provide information IAW Federal Acquisition Regulation 19.1503; (6) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages); (7) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (8) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; (9) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. Fax or e-mail responses will be accepted. E-mail to adam.lynch.3@us.af.mil or fax 937-257-2825. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 10 pages. Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "PROJECT ZHTV130060". If sending attachments by e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a.zip or.exe file is attached, it may be deleted by the e-mail filters.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/Project130060/listing.html)
 
Place of Performance
Address: AFIT, Facility 20642, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04518628-W 20170525/170523235104-52d8d0e1fd8f6adbb7bf4f514f6c8d08 (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.