SOURCES SOUGHT
Z -- USCG Academy Replace HVAC Chase B Wardroom and All Hands Dining
- Notice Date
- 11/21/2017
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
- ZIP Code
- 02886-1379
- Solicitation Number
- 70Z0G1-18-S-PFA01000
- Archive Date
- 12/15/2017
- Point of Contact
- Teresa L. Lamphere, Phone: 401-736-1785, Jenelle Williams, Phone: 4017361784
- E-Mail Address
-
Teresa.L.Lamphere@uscg.mil, jenelle.e.williams@uscg.mil
(Teresa.L.Lamphere@uscg.mil, jenelle.e.williams@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicits Unrestricted. The applicable North American Industry Classification System (NAICS) code is 238220 Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of $15.0 million. The estimated value of the procurement is between $500,000 and $1 million. The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel/resources, equipment, and capability to perform the following work: The project scope consists of all work, including all labor and materials, necessary to for a complete replacement of several air handling units as noted on drawings for complete and operating systems. Remove existing heating and ventilation (H&V) unit for Cadet Wardroom. Replace with new HVAC air handling unit for heating, ventilation, and cooling. New unit will include chilled water coil connected to existing chilled water supply in building and controls connected to the existing building HVAC controls system. Reconfigure stream and condensate piping and ductwork for new unit installation. Remove and replace electrical conduit and wire back to panel in sub-basement. Remove existing outdoor ventilation unit for bookstore. Replace with a new heating and ventilation (H&V) unit in the mechanical closet for ventilation. Remove existing steam and condensate piping back to main loop. Provide new steam and condensate piping to new unit location. Remove and replace electrical conduit and wire back to panel in basement. Remove existing small DX split air conditioning units from Elevator and Transformer rooms located in the sub-basement mechanical room. Replace with new chilled water fan coil unit connected to the building's existing chilled water supply system. Remove and replace electrical conduit and wire back to panel in sub-basement. Remove existing roof top split air handling unit for heating, cooling, and ventilation. Remove and replace existing electrical conduit and wire for condenser unit back to panel in basement. Provide temporary cooling during time the All Hands Dining existing air handling unit is out of service. Provide temporary power generator for temporary cooling equipment. Remove and replace unit controls and sensors. Re-use existing control wire and conduit where feasible. Period of Performance: Upon review of market research results an invitation for bid (IFB) will be issued at www.fbo.gov. Award is anticipated to be made in 2nd quarter FY 18. The onsite period of performance is 230 days. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to Teresa.l.lamphere@uscg.mil with "Sources Sought Notice 70Z0G1-18-S-PFA01000" in the subject line or by fax to (401) 736-1704. Your response MUST include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as prime contractor; (b) evidence of bonding capacity; (c) a statement identifying your certified small business designation (if any); and, (d) evidence of prior successful work similar in scope and magnitude to the subject project to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 30 November 2017. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/70Z0G1-18-S-PFA01000/listing.html)
- Place of Performance
- Address: 15 Mohegan Ave, New London, Connecticut, 06320, United States
- Zip Code: 06320
- Zip Code: 06320
- Record
- SN04746846-W 20171123/171121231613-48a63e28f4d675cef8d31e5f22d300eb (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 |