Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

41 -- Air Handler Unit Demo and Replacement - RFI Crane Air Handler Unit Demo and Replacement

Notice Date
11/7/2018
 
Notice Type
Presolicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), GSA/FAS R5 Contracting Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
ID05190003
 
Point of Contact
Timothy H. Novak, Phone: 3123919649, Tawanda L. Thomas, Phone: (312) 886-3460
 
E-Mail Address
timothy.novak@gsa.gov, tawanda.thomas@gsa.gov
(timothy.novak@gsa.gov, tawanda.thomas@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/ Sources Sought (i) THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY – NO AWARD WILL BE MADE FROM THIS NOTICE The General Services Administration, Region 5, Federal Acquisition Service (FAS) Contracting Division has received a request from the Corporate Enterprise Contracting Branch - Crane Naval Surface Warfare Center (NSWC). This NOTICE is published to gather the maximum amount of market research in order to determine the method of procurement and whether or not required services are available on an existing GSA Schedule Contract or Government Wide Acquisition Contract (GWAC). Building 3284 is the Specialized Munitions facility operated by Naval Surface Warfare Center, Crane Division (NSWC Crane) located at Naval Support Activity Crane, Crane, IN. The facility was constructed in 1996 and consists of office and conference room space, with associated common spaces and mechanical spaces. The facility possesses two main air handling systems that provide comfort cooling. AHU-1 is a VAV air handler with DX cooling and hot water heating. AHU-1 serves 16 VAV terminal units located throughout the building. AHU-2, serving only the main conference room, is a constant volume air handler with DX cooling and hot water heating. The requirement is to dismantle and dispose of existing condensing units CU-1 and CU-2 associated with air handlers AHU-1 and AHU-2, respectively. Remove the existing condensing units, AHU DX coils, interconnecting refrigerant piping systems, control cabling, and miscellaneous mechanical and electrical ancillaries as required to provide conditions suitable for installation of the replacement systems. Provide a replacement of the existing DX cooling systems serving AHU-1 and AHU-2 in Building 3284. Replacement efforts shall include, but not be limited to, outdoor air-cooled condensing units (CU-1 and CU-2), DX cooling coils (in AHU-1 and AHU-2), associated refrigerant piping systems and components, electrical connections from the existing disconnects to the units, as well as all control cabling required to provide a complete and usable DX cooling system that operates with the existing system. The Government will review the information received to determine the best acquisition strategy to fulfill its requirement. It is the Government’s intention to award a firm fixed type order for this system. Pricing is not needed at this time. Interested firms are to provide a brief capability statement and a letter of interest to Mr. Timothy Novak on or before 3:00 pm Central Standard Time, 16 November 2018. As part of your capability statement, please include any current or past contracts you have been awarded or the ability to obtain sufficient proof of capability for these types of services. Release of a solicitation is tentatively planned on or before December 2018. This notice is for information and planning purposes only and does not constitute a solicitation for bids, quotes or proposals. This notice does not obligate the Government to solicit for this requirement or award a contract and does not obligate the Government to reimburse interested parties for any costs incurred to prepare or provide a response to this request for information. RESPONSES TO THIS NOTICE: Firms who can fulfill this requirement and who would be interested in submitting a quote/proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request -- 1. Name of Company 2. Address of Company 3. Name, phone number and email address of company representative 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, or women-owned small business 5. NAICS Code 6. Indication that the support services are or are not available on a GSA Schedule contract or Government Wide Acquisition Contract (GWAC) held by your company (e.g. 8(a) STARS II, Alliant or Alliant Small Business) (ii) RFP SOLICITATION NUMBER: ID05190003 (iii) CLAUSE AND PROVISION IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR: 2005-101 Effective 26 October 2018; (iv) SET-ASIDE: NOT YET DETERMINED, NAICS CODE: 333415 (v) LINE ITEM(S): TBD (vi) DESCRIPTION OF REQUIREMENTS: See the aforementioned. (vii) DATE(S) AND PLACE(S) OF DELIVERY: Award Date: TBD, Place of Delivery: Bldg. 3284, Specialized Munitions Facility located at Naval Support Activity Crane, Crane, IN. (viii) FAR 52.212-1, INSTRUCTIONS TO OFFERORS: Not yet established; (ix) EVALUATION PROCEDURES: Not yet established; (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: Not yet established; (xi) FAR 52.212-4, CONTRACT TERMS AND CONDITIONS: Not yet established; (xii) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS, Not yet established; (xiii) ADDITIONAL REQUIREMENTS: Not yet established; Subcontracting Plan, if required, applies (for large businesses only); (xiv) DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS): N/A; (xv) NUMBERED NOTES: None; (xvi) OFFERS DUE: Not yet established; (xvii) GOVERNMENT CONTACT: Timothy Novak, Contract Specialist, timothy.novak@gsa.gov, 312-391-9649. Alternate: Tawanda Thomas, Contracting Officer, Tawanda.Thomas@gsa.gov, 312-886-3460. Please submit all responses electronically by the requested date of 16 November 2018 @ 3:00 PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/254b5b97b1fe3d425a4cc4b686c5a0a4)
 
Place of Performance
Address: Specialized Munitions Facility located at Naval Support Activity Crane, Crane, IN., Crane, Indiana, 47522, United States
Zip Code: 47522
 
Record
SN05146414-W 20181109/181107230825-254b5b97b1fe3d425a4cc4b686c5a0a4 (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  © 1994-2020, Loren Data Corp.