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, 2019 FBO #6558
SPECIAL NOTICE

Z -- Design-Build Mechanical Upgrade at DISA

Notice Date
11/7/2019
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W9123820R0017
 
Archive Date
12/11/2019
 
Point of Contact
Shaun Conyers, Phone: 916-557-5298, DeAnna L. Mannel, Phone: 916-557-6690
 
E-Mail Address
shaun.o.conyers@usace.army.mil, deanna.l.mannel@usace.army.mil
(shaun.o.conyers@usace.army.mil, deanna.l.mannel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for Market Research ONLY, to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation. Requests for any of this information will go unanswered. If the conditions at FAR 19.502(b)(2) are met the contracting officer shall set aside the acquisition for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB); Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform a Design-Build Mechanical Upgrade at DISA. Contractors' capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in December, 2019. The Government intends to award Firm-Fixed price contract with a Period of Performance of 26 months after NTP. In accordance with DFAR 236.204(i) the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. The NAICS Code 238220 - Plumbing, Heating and Air Conditioning Contractors. The size standard is $16,500,000. Product Service Code is Z2EZ - Repair or Alteration of Other Industrial Buildings. GENERAL SCOPE: This project will remove one water cooled chiller and three cooling towers. Provide two closed circuit cooling towers identical to those replaced and connect them to the existing water cooled chillers. Re-size and replace three existing condenser pumps, three secondary-chilled water pumps, and three secondary-chilled water pumps. Add 1000 tons worth of air cooled chillers in the mechanical yard. Add a water to water plate and frame heat exchanger from the cooling tower condenser loop to the chilled water loop. Modify the primary chilled water loop to provide chilled water from all water/air cooled chillers to the IT secondary pumps and the admin secondary pumps. Create a new separate secondary chilled water loop from the expanded primary chilled water loop to supply the administrative load. The entire chilled water system design shall have complete 2N redundancy and be interconnected. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime's self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB); Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 1000am, 26 November 2019 Pacific Time. Submit responses and any additional information through email to: shaun.o.conyers@usace.army.mil. Please include the Sources Sought No. W9123820R0017 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123820R0017/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, United States
 
Record
SN05491702-W 20191109/191107230659-ed2572b1aa4ea8500223833c96593b21 (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.