Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

J -- HVAC Maintenance and Repair IDIQ Contract

Notice Date
2/6/2018
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
19AQMM18N0031
 
Archive Date
3/10/2018
 
Point of Contact
Juan C. Gomez, Phone: 7038757316
 
E-Mail Address
GomezJC@state.gov
(GomezJC@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: HVAC Maintenance and Repair IDIQ Contract Solicitation Number: 19AQMM18N0031 Agency: U.S. Department of State Office: Bureau of Overseas Buildings Operations, Office of Facility Management (OBO/CFSM/FAC) Location: Worldwide Notice Type: Sources Sought NAICS Code(s): 238220 Purpose The purpose of this Sources Sought (SS) is to accomplish market research pursuant to Federal Acquisition Regulation Part 10, and to identify small businesses capable of and interested in performing the functions described herein. The Department of State (DoS) is requesting information regarding the availability and feasibility of attracting small businesses with proven technical capability and experience in the following area: · Maintenance and Repair of Heating, Ventilation and Air Conditioning Systems (HVAC) The potential requirement is to obtain annual maintenance and repair services for chillers and ventilation support systems at U.S. Department of State facilities worldwide. This includes: · chiller on-board control systems and software, · cooling towers, · chilled water circulation pumps and filters, · air handling units (AHUs), boilers, · ventilation ducts · ventilation fans Chillers include models manufactured by the following makers: · ArctiChill · Baldor · Carrier · Century · Daikin · Edwards · Hitachi · Johnson Controls/ York · McQuay · Multistack/Airstack · Power Partners · Trane Subject equipment requires contractor to provide the following general requirements: · Annual service visits by manufacturer-trained and qualified field service technician to ensure the system is performing to factory specifications. · Specified repairs and repair parts. · Maintenance service shall include on-site labor, diagnostics software license, and service documentation. Service work will be done with the assistance of locally employed staff, where available, to further their system knowledge Responses are limited to those companies considered small business under the following NAICS Code: 238220. Respondents are welcome to submit other relevant and appropriate NAICS codes for consideration. Please note that a decision not to submit a response to this SS will not preclude a vendor from participating in any future solicitation. The Bureau of Overseas Buildings Operations, Office of Facility Management (OBO/CFSM/FAC) intended to achieve the following objectives: • Establish a new multiple-award, Indefinite-Delivery; Indefinite-Quantity (IDIQ) contract for HVAC maintenance and repair services that can support the identified Posts and other DoS facilities worldwide. • Awarding to multiple small businesses under this NAICS code will ensure a list of contractors is familiar with DoS operations and programs, while supporting small business goals. The base IDIQ contract will require a Secret Facility Clearance. This will limit competition to U.S. offerors. However, offerors may include regional non-U.S. or local companies as part of their solution. • Contract types (fixed-price, cost-reimbursement, labor-hour, and time-and-materials) for individual task orders and specific requirements will fall under one or more of the following, depending on size and complexity of the facilities, (i.e. NEC, SED, legacy, etc.). • In order to maximize performance, innovation and competition, task orders will utilize the Performance-Based Services Acquisition (PBSA) strategy. The goal of which is to gain greater access to technological innovations and obtain the best technical solution while achieving savings and efficiencies. Responses Responses should be limited to 10 pages or less and be submitted as a Microsoft Word Document or Portable Document Format (PDF). Font must be Times New Roman, 12 point font, with margins of 1 inch all around. No responses shall be accepted via US Mail or FAX. Responses are only being solicited from Small Business concerns. Firms should provide the following information: a. Contractor's statement of interest and capabilities statement: · Offerors must provide a valid copy of their HVAC Contractor’s License, and HVAC Masters or HVAC Journeyman’s Licenses for the personnel who will be performing work on site. These licenses are only accepted if issued by a State or Municipal Licensing Authority in which the contractor’s business operates, or if accepted by that State’s Licensing Authority. Licenses will be verified through the State’s website prior to acceptance of a proposal. · Respondents must identify their ability to provide manufacturer’s certified technicians on the 12 manufacture’s chillers listed above, as well as details of (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work. · Respondents shall possess the capability of an authorized service provider to provide certified factory-trained Original Equipment Manufacturers (OEM) technicians to perform an annual service maintenance plan on the subject equipment. b. Relevant experience to include experience in performing efforts of similar value, size, and scope within the last five years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. Submissions should include responses to the following categories: - Company Profile, to include name, POC, email address and phone number - DUNS Number - Cage Code - Number of Employees - Office Location - Available bonding capacity - Small Business Designation/Status Claimed - Annual Revenue - Facility Clearance Level and Expiration Date - SAM Registration NOTE: In order to support DoS abroad, you will be required to have an active Facilities Clearance at the SECRET level. Restrictions on Response The government will not entertain telephone calls or questions for this SS. How to Respond Please submit your response no later than Friday, 23 February 2018 at 3:00 PM Eastern Time, with electronic copies sent to the points of contact listed below. Please enter " HVAC Maintenance and Repair Services" into the email subject field. Juan C. Gomez Contract Specialist gomezjc@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18N0031/listing.html)
 
Record
SN04811796-W 20180208/180206231328-24b0ce24799fc6c5b60a98e4d1a61d75 (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.