Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
DOCUMENT

Z -- Special Project RM009-10; HVAC and Ductwork Repairs, Building 1H, Naval Medical Center San Diego; San Diego, CA - Attachment

Notice Date
11/30/2011
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
Solicitation Number
N6247312R1407
 
Response Due
1/3/2012
 
Archive Date
2/3/2012
 
Point of Contact
Gene Romig, Contact Specialist 619-556-8251
 
E-Mail Address
larry.romig@navy.mil
(larry.romig@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement for market research in support of the design-build construction project for performing HVAC and ductwork repairs at Naval Medical Center San Diego, San Diego, CA. The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the analysis. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business, or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a Sources Sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Small Business Size Standard of $14 million, average annual gross receipts for the preceding three fiscal years. Responses to this Sources Sought Synopsis will be used to make appropriate acquisition decisions. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on NECO and Federal Business Opportunities. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The general scope of this requirement is a Firm-Fixed Price Design-Build Construction contract for the design and construction to repair the HVAC and ductwork systems while maintaining effective ongoing operation of the main hospital building. The scope of work will include repairs to the central air handling systems, chilled and heating hot water piping, ductwork, and the control systems. The repairs will restore and modernize the HVAC systems to meet all applicable Unified Facilities Criteria (UFC) codes and all applicable industry standards for hospital HVAC systems. Use of a Project Labor Agreement is being considered for this project pursuant to Executive Order 13502, Use of Project Labor Agreements for Federal Construction Projects (February 6, 2009). The estimated total contract price range, per DFARS 236.204 is between $25,000,000 and $100,000,000.The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a contract for design and construction to replace and repair components of the HVAC and ductwork systems of an existing hospital while allowing effective ongoing operations of that hospital facility. Interested sources are invited to respond to this Sources Sought announcement by using the form provided under file titled Sources Sought Information Form, providing the following information: 1) Contractor information: Provide your firm s contact information. 2) Type of Business: Identify whether your firm is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Woman-Owned Small Business, or Small Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your surety s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of 5 Government or commercial contracts/projects your firm has completed in the last 6 years, demonstrating your experience with the replacement and repair of HVAC and ductwork systems of a functioning hospital as indicated in this announcement with a minimum cost of $50,000,000. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, type of contract, a narrative description of the product/services provided by your firm, and customer information including point of contact, phone number and email address. If the design was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house and contract completion date. Indicate whether you have an established working relationship with the design firm. 5) In accordance with FAR 22.503(b) and (c), we are soliciting the views of stakeholders on the use of Project Labor Agreements. Utilize the attached Project Labor Agreement Inquiry Form to demonstrate your responses. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (PST) on 03 January 2012. Please address your response to NAVFAC Southwest, Coastal IPT, Attn: Gene Romig, 2730 McKean St, Bldg 291, Naval Base San Diego, CA 92136. You may also email your response to larry.romig@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All solicitations for NAVFAC Southwest are available at www.neco.navy.mil beginning with N62473 .
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247312R1407/listing.html)
 
Document(s)
Attachment
 
File Name: N6247312R1407_Sources__Sought_Info__Form.doc (https://www.neco.navy.mil/synopsis_file/N6247312R1407_Sources__Sought_Info__Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247312R1407_Sources__Sought_Info__Form.doc

 
File Name: N6247312R1407_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.DOC (https://www.neco.navy.mil/synopsis_file/N6247312R1407_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.DOC)
Link: https://www.neco.navy.mil/synopsis_file/N6247312R1407_PROJECT_LABOR_AGREEMENT_INQUIRY_FORM.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Medical Center San Diego, San Diego, CA
Zip Code: 92134
 
Record
SN02631132-W 20111202/111130234735-f92cf1d995ce111384132e90096d34e3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.