Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOURCES SOUGHT

J -- Air Conditioning Equipment Maintenance at Various Locations, Oahu, Hawaii

Notice Date
3/14/2011
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247811T2377
 
Response Due
3/29/2011
 
Archive Date
4/13/2011
 
Point of Contact
Shari Lillie
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for Air Conditioning Equipment Maintenance at Various Locations, Oahu, Hawaii. The Contractor shall maintain, repair, and alter facilities, systems and equipment to ensure they are fully functional and in normal working condition; perform trouble call work in a timely manner; respond to emergency trouble calls and arrest emergent conditions to minimize and mitigate damage to facilities, systems and equipment and danger to personnel; develop and implement a maintenance program for facilities, systems and equipment to ensure proper operation; minimize breakdowns, and to maximize useful life; perform maintenance on HVAC and Refrigeration Systems; provide and implement an HVAC Water Testing and Treatment Program. The air conditioning equipment includes, but are not limited to, A/C Package Chillers, Cooling Towers, Centrifugal Chillers, Chemical Feed System, Rack Chillers, Package Chillers, and HVAC Cooling Towers. The manufactures of the systems include, but are not limited to, Trane, Carriage, BAC, York, Marley, Evapco, Acme, McQuay, Continental, Climatrol, Chrysler, Bohn, and Dunham Bush. The NAICS Code for this procurement is 811310 and the annual size standard is $7,000,000. The contract term will be a base period of one year plus two option years. This contract will replace a contract for similar services awarded in 2006 for $389,546.00 (firm-fixed price portion) and $109,500.00 (indefinite quantity estimate/maximum value per year). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. The offeror will be required to submit past performance and experience information and a price proposal for evaluation by the Government. IDIQ work may be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. Interested parties must submit the following information: (1) Full name and address of the firm (2) DUNs number (3) A statement that your firm has similar past performance and experience in terms of the scope and dollar value (4) A statement regarding your business size (e.g. 8(a), small business, large business, hubzone). DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME. Based upon the responses received, the Government will determine the set-aside method for the procurement. This is a sources sought announcement and is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Interested parties may submit their response to shari.lillie@navy.mil by March 29, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247811T2377/listing.html)
 
Place of Performance
Address: 400 Marshall Road, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN02399864-W 20110316/110314234133-3e589f4343c8aa61d09bc742088a7315 (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.