Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

Z -- BUILDING 999, REPLACE 170 TON CHILLER, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY (FORT STORY SITE), VIRGINIA BEACH, VIRGINIA

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD Little Creek Facilities Engineering, Acquisition Division 1450 Gator Boulevard Suite 150 Virginia Beach, VA
 
ZIP Code
00000
 
Solicitation Number
N4008517B4614
 
Response Due
7/28/2017
 
Archive Date
8/12/2017
 
Point of Contact
Kate Dinneen, katherine.dinneen@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR BUILDING 999, REPLACE 170 TON CHILLER, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY (FORT STORY SITE), VIRGINIA BEACH, VIRGINIA Notice Type: Sources Sought Solicitation No: N40085-17-B-4614 Response Date: 28 July 2017 2:00 PM Eastern Time Classification Code: Z2AZ - Repair or Alteration of Other Administrative Facilities and Service Buildings NAICS Code: 238220 -- Plumbing, Heating, and Air-Conditioning Contractors Magnitude of Construction: Between $100,000,000 and $250,000,000 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the following project: REPLACE 170 TON CHILLER AT BUILDING 999, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY (FORT STORY SITE), VIRGINIA BEACH, VIRGINIA This purpose of this project is to remove the existing 170 ton air cooled chiller at Building 999 which is failing due to fin corrosion and provide a new 170 ton air cooled chiller with factor coil fin corrosion protection; remove existing insulation and provide electrical heat trace and insulation with aluminum jacket on existing exterior chilled water piping; provide DDC control modifications; provide miscellaneous electrical modifications. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), and small businesses are encouraged to respond. 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. If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services in September 2017. The North American Industry Classification System (NAICS) Code for this project is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $15,000,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL BUSINESSES submit to the contracting office a brief capabilities statement package (no more than 10 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: (1) Examples of two (2) projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the Area of Responsibility (AOR). Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity per contract, DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUB Zone, Service Disabled Veteran Owned, Woman Owned, Veteran Owned, and Small Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. The Capabilities Statement Package shall not exceed 10 pages and shall ONLY be submitted electronically to Kate Dinneen, katherine.dinneen@navy.mil, and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN FRIDAY, 28 JULY 2017 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470LC/N4008517B4614/listing.html)
 
Record
SN04590035-W 20170723/170721234946-5c30c156942d8f88b1011a9ce4592a90 (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.