SOURCES SOUGHT
Y -- Replace AHU’s and Controls Building 729 Fitness Center - McChord
- Notice Date
- 7/5/2017
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW2017-SDVOSB-NAICS-238220
- Archive Date
- 7/26/2017
- Point of Contact
- Dustin Smith, Phone: 253-966-4384, Martin Hansen, Phone: 253-966-4391
- E-Mail Address
-
dustin.j.smith@usace.army.mil, martin.j.hansen2@usace.army.mil
(dustin.j.smith@usace.army.mil, martin.j.hansen2@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH TO ASSIST THE SEATTLE DISTRICT US ARMY CORPS OF ENGINEERS (USACE) IN DEVELOPING THE ACQUISITION STRATEGY FOR AN UPCOMING IFB (INVITATION FOR BID) of an project entitled, "Replace AHU's and Controls Building 729 Fitness Center - McChord", JBLM, Washington. THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government still plans to proceed with the issue of an IFB, a Formal Synopsis will be posted to the FEDBIZOPS website. Fifteen days following the posting of the synopsis for the IFB, a separate formal Invitation for Bid (IFB) announcement will be issued under the Federal Business Opportunities website (FEDBIZOPPS.GOV). It is the bidder's responsibility to ensure they look for the IFB once posted. The purpose of this notice is to gain knowledge of, and to determine the availability of, potentially qualified Service Disabled Veteran Owned Small Businesses only, their sources and size classifications relative to the North American Industry Classification System (NAICS) Code of 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $15M. For the purposes of the procurement, a firm is considered a Service Disabled Veteran Owned Small Business if the Service Disabled Veteran (SDV) has a service-connected disability as determined by the Department of Veterans Affairs or the Department of Defense, the concern is 51% directly and unconditionally owned by the SDV, the SDV holds the highest officer position in the SDVOSB, and the management and daily business operations are controlled by one or more SDVs. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a Service Disabled Veteran Owned Small Business set-aside is possible and/or appropriate. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the US Army Corps of Engineers. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information as listed below describing their interest and capabilities to compete for and perform the contract described herein. Please note that should the acquisition be set aside for the Service Disabled Veteran Owned Small Business, firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed. ANTICIPATION CONTRACT INFORMATION: The Seattle District expects to issue an Invitation for Bid (IFB) IAW FAR PART 14 (Sealed Bidding) procedures. Bidders will be required to submit Sealed Bids that will be opened at the time and place stated in the solicitation for the public opening of bids. DESCRIPTION OF PROJECT: The project is to replace existing heating and ventilation equipment consisting of air handling units (AHU's) No.1, No.2, No.3 & No.4; ventilation exhaust fans; and associated DDC controls currently serving Building 729 (Fitness Center). Replacement heating and ventilation equipment shall consist of new AHU's installed in a similar configuration with additional zoning provided by heating duct coils utilizing steam-to-hot-water conversion (maintaining connection to the Central Steam Plant) with associated heat exchange equipment. Optional Bid Items have been established to incorporate full cooling (utilizing a high-efficiency air-cooled chilled water plant) throughout the facility in addition to an Optional Bid Item to incorporate new natural gas-fired condensing boilers to replace the steam-to-hot-water conversion currently in use at the facility (i.e. removing the facility from the Central Steam Plant). Implementation of new gas-fired condensing boilers will require new gas line connection to facility through coordination with Puget Sound Energy (PSE). REQUIREMENT: a. Interested parties' responses to this Sources Sought notice shall be limited to 4 pages and shall include the following information. • Firms' name, addresses, point of contact, phone number, and e-mail address with a statement of the Firms' interest in bidding on the solicitation when it is issued. • Firms' capability to meet project requirements. • Interested firms are required to submit a narrative regarding one completed project similar to the project described above in scope and complexity. • Interested Firms must confirm that they have electrical personnel or access to electrical personnel that have a current Lineman's card or equivalent experience. b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only. c. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 2:00 p.m. local time on 11 July 2017 via email only. All interested service disabled veteran owned bidders, must be registered in the System for Award Management, (SAM) website to be eligible for award of a Government contract, www.sam.gov, e-mail responses to Mr. Dustin Smith, Contract Specialist, Special Projects Branch JBLM. (Email address is provided below). No phone calls will be accepted. All inquiries need to be submitted via email to the CS and KO only. Email is the preferred method when receiving responses to this synopsis. d. Point of Contact(s): Contracting POC: Dustin Smith, email - dustin.j.smith@usace.army.mil Martin Hansen, email - martin.j.hansen2@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW2017-SDVOSB-NAICS-238220/listing.html)
- Place of Performance
- Address: Joint Base Lewis-McChord (JBLM), Dupont, Washington, 98433, United States
- Zip Code: 98433
- Zip Code: 98433
- Record
- SN04566764-W 20170707/170705234931-46878032cbe07564c2cc85343ba13c3b (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 |