Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
MODIFICATION

J -- Fort Loudoun Lock HVAC Rehabilitation of Operations Building

Notice Date
5/25/2021 9:56:29 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
PANGLR-21-P-0000000758
 
Response Due
6/15/2021 11:00:00 AM
 
Archive Date
06/30/2021
 
Point of Contact
Rob Holdsworth, Phone: 6157365538, Ray Kendrick, Phone: 6157367932, Fax: 6157367124
 
E-Mail Address
Robert.B.Holdsworth@usace.army.mil, ray.kendrick@usace.army.mil
(Robert.B.Holdsworth@usace.army.mil, ray.kendrick@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A SOLICITATION, INVITATION FOR BID, REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT.� ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT.� RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community for completing the work effort relative to the Fort Loudoun Lock located near Lenoir City, TN 37772.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The type of solicitation to be issued will depend upon the responses to this sources sought synopsis.� The Government must ensure there is adequate competition among the potential pool of responsive contractors.� The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION EXISTS AT THIS TIME. SCOPE OF WORK (SUBJECT TO CHANGE): The Corps of Engineers has need of a single fixed price construction contract for rehabilitation of the HVAC system in the Operations Building at Fort Loudoun Lock.� The operations building at Fort Loudoun houses an existing system that does not provide adequate cooling, ventilation, or exhaust. The lack of air being exhausted contributes to the rise in temperature for the building along with the absence of a cooling system. There is a lack of fresh air coming into the structure as well, which violates ASHRAE 62.1 standards. The work will include the removal of existing exhaust fan systems, ductwork, and other miscellaneous items, and the installation of one (1) new 5-ton packaged heat pump that will service the downstream side of the operations building, and one(1) 6-ton packaged heat pump that will service the upstream side of the operations buildings. The new system will require new, properly sized, ductwork for supply, return, and exhaust which is also included in the scope of work, as will new inline exhaust fans, ventilator systems and other ancillary items such as louvers, and thermostat/control units to provide a more balance system.� Exhaust fans will also be placed in each bathroom that will turn on when the lights turn on for personal relief. The supply and return ductwork will be routed from the Roof Top Units (RTUs) to the designated rooms to condition. Since we will not be using the upstream louver as a fresh air intake, the contractor will cover the upstream louver without altering the external look of the building. Portions of the existing ductwork that will remain and be used alongside the new system will be so indicated on the contract drawings. Package units and outside ductwork shall be placed in such a way that it maintains the historical appearance of the building.� Furthermore, all external ductwork and RTUs will be secured to the building using non roof penetrating methods such as support framework.� The government will show in the drawings a specs what is expected but the contractor will be free to submit and choose the system they feel is best suited.� For a fall protection system, the contractor will install/construct a horizontal lifeline (HLL) that meets all EM 385-1-1 and OSHA requirements. This HLL will be used by the contractor while installing the packaged unit and ductwork on the upstream roof, and it will be left in place for the future use by the government. Contractor shall also construct a ladder on the upstream landside wall of the building which meets or exceeds EM 385-1-1, ANSI/American Ladder Institute (ALI) A14 series, and OSHA requirements. The ladder shall remain for future use by the Government. The new system will be tested with the Duct Air Leakage Test method (DALT) and the Testing and Balancing Procedures (TAB) as per the specifications. The contractor will perform all electrical, mechanical, and structural, investigation, design, mitigation, and construction to complete the work. The existing wall heaters inside the building will be left in place as will the mini-split systems that are outside the building. These units will remain in place, and they will be removed by the project personnel after the new system has been installed. Official Solicitation is anticipated to be issued on or about 8 July 2021. Results of this sources-sought announcement will be used, in part, to determine the size and make-up of the industrial base for this type of item and the feasibility of a small business or socio-economic set aside for this project.� �All qualified contractors are encouraged to respond; lack of responses may jeopardize the project being set aside for small business. CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through I). A.� Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B.� DUNS number and CAGE code. C.� Are you a small business under this NAICS code? D.� Business size/classification to include any designations (Small Business, HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.). E.� A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above.� This SOC should be a brief description of your company's capabilities.� Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.� The potential bidders should provide brief references of relevant work they have performed and the magnitude. F.� Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted.� Identify the percentage of work your form may be capable of directly performing. G.� A statement regarding past bonding and evidence of your bonding capability. H.� Please indicate whether your firm will submit an offer for this project. I.� Any other information that would assist in determining your company's capability in performing the described construction work. SUBMISSION OF CAPABILITY STATEMENT: Submit this information to Rob Holdsworth, Contract Specialist, U.S. Army Corps of Engineers via email to Robert.B.Holdsworth@usace.army.mil.� Your response to this Sources Sought notice must be received by 1:00 PM CST on June 15, 2021. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.� EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request.� No solicitation is currently available.� Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://beta.sam.gov/.� Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments.� Search Keyword ""W912P5"" to obtain a complete listing of all Nashville District US Army Corps of Engineers opportunities. Contracting Office Address: U.S. Army Corps of Engineers Rivers Contracting Division Nashville Contracting Branch CELRN-RC-N 110 Ninth Avenue South, Room A680 Nashville, TN 37203-3817 United States Place of Performance: Fort Loudoun Lock Lenoir City, TN 37772 United States Primary Point of Contact: Rob Holdsworth Contract Specialist Robert.B.Holdsworth@usace.army.mil Phone: 615-736-5538 Secondary Point of Contact: Ray Kendrick Contracting Officer Ray.Kendrick@usace.army.mil Phone: 615-736-7932
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/969886ff4f8b49a9b7be5a902a413bd0/view)
 
Place of Performance
Address: Lenoir City, TN 37772, USA
Zip Code: 37772
Country: USA
 
Record
SN06011557-F 20210527/210525230057 (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.