Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

Z -- Install VFD For Central HVAC Plant Pumps at the Centennial Job Corps Center, Nampa, Idaho

Notice Date
12/11/2019 2:09:41 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DOL (ETA) OFC OF CONTRACT MGMT WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1630DC-20-N-00015
 
Response Due
12/19/2019 12:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Monica Gloster, Phone: 202-693-3550
 
E-Mail Address
gloster.monica@dol.gov
(gloster.monica@dol.gov)
 
Description
The U.S. Department of Labor, has a requirement for a qualified contractor to provide construction services for the installation of variable frequency drives (VFD) connected to the HVAC pumps and the building automation system. When installed, the drives will slowly ramp up and down in speed to save energy and avoid the abrupt starts and stops, thereby reducing maintenance. The equipment and installation must be compatible with the existing building automation system. Design is not required but commissioning of the HVAC pump VFDs and building automation system is necessary following installation.The VFDs are to be installed in the central HVAC plant, Building H, at the Centennial Job Corps Center in Nampa, Idaho. Both heating system water and chilled water are distributed to campus buildings with alternating duplex 40 HP pumps. A variable frequency drive is to be installed on each pump with control cabinets installed nearby in the mechanical room. The VFDs will be connected to the existing Siemens Design control system to provide a controlled flow of heating and chilled water.The system performance will be measured, tested, and commissioned with the contractor providing a commissioning report. The contractor will train Center maintenance personnel on proper operation of the VFD equipment.The estimated price range is between $25,000 and $100,000. Firms interested in this requirement are requested to submit a statement of qualifications. Your statement of qualifications should demonstrate the capacity of your firm to perform the required services above, and shall include the following information. I. Previous projects of similar scope and value: Your project examples should include two or more variable frequency drives installation projects on pumping systems located on operating facilities with a $25,000 to $100,000 construction value completed within the last five years. Provide previous project examples that include the location of the project (city, state), the project owner, and a brief and concise description of the project scope, and a comparison of construction budget versus construction award value, and final contract amount. II. Project Location: Provide three or more projects completed in the region of the country where the project is located, in the last five years, indicating familiarity with local conditions and subcontracting comminity. Provide project locations of previous project examples. III. Cost control, project schedule, safety, and quality control: Project examples shall include the contract award, notice to proceed, the original contract completion, and the actual contract complete date(s) for each project. Describe your company’s record of reducing cost and completing projects on or below budget. Using your previous project examples, include the contract award amount, the final contract value, and the percent of change order value relative to the total construction value for each project. Describe your established Safety and Quality Control procedures and protocols which are consistently applied to all projects. Your capability statement will be evaluated based on the following criteria, which is listed in order of importance. Previous projects of similar scope and value Location Cost Control, project schedule, safety, and quality control. Firms responding to this notice should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirements. The response must be specific to each of the criteria listed above to demonstrate that the respondent is capable. The submissions shall not exceed 10 pages. Please provide your DUNS number with your submission. The North American Industry Classification System (NAICS) Code is 238220 and the Small Business Size Standard is $15.0 million. RESPONSES ARE DUE ON DECEMBER 19, 2019, BY 3:00PM EST, AND MUST BE SUBMITTED ELECTRONICALLY VIA E-MAIL TO: gloster.monica@dol.gov (Monica Gloster, Contract Specialist) Other Information Acknowledgement of receipt of responses will not be made, nor will responses be notified of the Government’s evaluation of the information received. Please be advised that telephone inquiries will not be accepted. A prospective offeror that is interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database. Additional information regarding contractor registration can be obtained through the following website, www.sam.gov. THIS IS A SOURCES SOUGHT NOTICE ONLY. In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i) this notice is issued for the purpose of market research. Market research is being conducted to determine if there are potential SMALL BUSINESSES with the capabilities and experience to perform the required work. THIS NOTICE IS NOT TO BE MISCONSTRUED AS AN INVITATION FOR BIDS (IFB) or a REQUEST FOR PROPOSAL (RFP). The information received will be used to determine whether to issue the proposed solicitation as a competitive set-aside or full and open competition (unrestricted). The extent of the work will be described in the solicitation which will follow at a later date.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d16257432c440878a7810d9eade4f14/view)
 
Place of Performance
Address: 56260, ID 83687, USA
Zip Code: 83687
Country: USA
 
Record
SN05514556-F 20191213/191211230308 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.