Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOURCES SOUGHT

41 -- Heating, Ventilation and Air Conditioning (HVAC) Preventive Maintenance Services for the Arlington National Cemetery

Notice Date
8/10/2009
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-R-0139
 
Response Due
8/20/2009
 
Archive Date
10/19/2009
 
Point of Contact
Regina Daniels, 703-428-0665<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(regina.daniels@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Alexandria, VA, on behalf of the Arlington National Cemetery, intends to procure heating, ventilation and air conditioning preventive maintenance services using 100% HUBZone small business set-aside or using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due 12:00 PM (EST) 20 August 2009, NO EXCEPTIONS. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified HUBZone small business concerns. If two or more qualified HUBZone small business concerns are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code 238220 with a size standard of $7.0M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified below. Capability packages must not exceed 15 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM (EST) on 20 August 2009. Small business concerns are to outline their experiences in the following: (Metasys Automatic Control Systems, Gas fired Unit Heaters and Boilers, DX and Chill Water A/C Systems, TCS Basis Single Loop Controls and Single Loop Control. Areas or tasks where a contractor does not have prior experience should be annotated as such. The following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $1,833 per month?; (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS?; (4) HVAC Evacuating and Charging Does your firm have experience in evacuating and charging HVAC systems in accordance with the Environmental Protection Agency (EPA) regulations? If so, please list trade school and specialized training courses attended; and (5) Certifications and Licenses Does your skilled labor workforce have certifications and/or licenses to perform these services? If so, please list all certifications and licenses. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to MAJ Regina Daniels, Contract Specialist, at telephone: (703) 428-0665 and email: regina.daniels@us.army.mil or Rodney Cameron, Contracting Officer, at (703) 428-0919 or rodney.c.cameron@conus.army.mil. for this procurement. A Firm-Fixed Price contract is anticipated. The anticipated period of performance will be a Base Year plus Four (4) Option Year periods. The place of performance will be the Arlington National Cemetery, Arlington, VA. Contractor personnel will not require a secret clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-0139/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) 200 Stovall St, 11th Floor Alexandria VA<br />
Zip Code: 22331<br />
 
Record
SN01905111-W 20090812/090810235827-06ade2a0f11dbf9637770e43065201c8 (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.