Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
DOCUMENT

Y -- P972-ENERGY GROUND SOURCE HEAT PUMP, MARINE CORPS LOGITICS BASE (MCLB) ALBANY, GA - Attachment

Notice Date
7/28/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
Solicitation Number
N4008515R5518
 
Response Due
8/11/2016
 
Archive Date
1/11/2017
 
Point of Contact
Primary:Georgia Scott 757-341-0691
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
P972-ENERGY GROUND SOURCE HEAT PUMP, MARINE CORPS LOGITICS BASE (MCLB) ALBANY, GA 28 JULY 2016 Solicitation #: N40085-16-R-5518 NAICS Code: 238220 Contract Type: Design-Bid-Build Magnitude of Construction Project:$5,000,000 to $10,000,000 Target Award Date: December 2016 Response Due: 11 August 2016 by 2:00 P.M. EST Mailed to: Commander Naval Facilities Engineering Command, Mid-Atlantic North Carolina IPT (ATTN: Georgia Scott) 9324 Virginia Avenue Bldg. Z-140 Room 114 Norfolk, VA 23511 Description: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P972, Energy Ground Source Heat Pump, Marine Corps Logistics Base (MCLB) Albany, GA area as follows: P972-ENERGY GROUND SOURCE HEAT PUMP, MARINE CORPS LOGITICS BASE (MCLB) ALBANY, GA This project replaces the Heating Ventilation and Air Conditioning (HVAC) systems in 10 buildings with new, renewable-energy, high-efficiency Geothermal Heat Pump (GHP) Systems, coupled with an Underground Seasonal Thermal Energy Storage (USTES) System. This project will couple GHPs with a form of USTES commonly known within the industry as Borehole Thermal Energy Storage (BTES). A BTES system involves the installation of a non-conventional, closed-loop vertical ground-loop heat exchanger (GHX) rarely utilized in the United States. BTES systems are a cousin of conventional US GHX systems using closed-loop u-bends in vertical grouted boreholes, but differs since its boreholes are piped in a series of concentric cylinders and not in parallel within an orthogonal grid formation. This project includes 3 well fields for a total of a little more than 300 tons of air-conditioning. Two of the 10 buildings in this project are mechanical plants and the remaining eight range in size from 6,000 sf to 24,000 sf, with an average size of 12,500 sf and total size of 100,000 sf. The project will abandon in-place underground steam and condensate return piping. It will remove the existing HVAC water-side mechanical plant, including existing boiler and associated equipment, associated controls, and distribution piping to the ten buildings formerly served by this system. The Project will include the construction of borefields, pump stations, underground water lines, water source heat pumps and incidental related work, including clearing and grubbing. The estimated cost of magnitude for this project is 5,000,000 to 10,000,000. All service-disabled veteran-owned small businesses certified HUB-Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a setaside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these services no later than December 2016. The appropriate NAICS Codes is 238220. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. If an 8(a) company, please submit an 8(a) letter from the SBA stating that you have a bona fide office in North Carolina. Capabilities statements shall address, as a minimum, the following: Submit a minimum of three (3) projects which replace HVAC systems in existing buildings with Geothermal Heat Pump (GHP) systems. Projects must have: 1) building size of 50,000 sf or greater, 2) project value of $3,000,000 or greater and 3) Ground Source Heat Pump systems with 150 boreholes or greater. All three of these size elements are required to be included among the submitted projects, but each project is not required to have all three size elements. Similar size: Project value of $3,000,000 or greater. Similar Scope: Submitted projects must include: 1) removal of interior/exterior HVAC systems (including boilers, controls and distribution piping) from existing buildings, and 2) replacement of these HVAC systems with GHP borefield systems, pump stations, underground water lines, water source heat pumps and related equipment. Similar Complexity: 1) Borehole, grouting and HDPE u-bend installation for this project shall be performed by an Accredited Vertical Loop Installer (VLI) as certified by the International Ground Source Heat Pump Association (IGSHPA) and maintained by the Association of Energy Engineers (AEE). A Georgia Well Driller license is required for VLIs. 2) All HDPE fusion connections and horizontal piping installation for this project must be performed by an Accredited Installer (AI) as certified by the International Ground Source Heat Pump Association (IGSHPA) and maintained by the Association of Energy Engineers (AEE). AIs must also have completed an approved HDPE pipe manufacturers and HDPE fusion equipment manufacturers certification program. 3) AIs and VLIs proposed for this project must have successfully completed at least three projects within the last 5 years with ground heat exchanger work similar in size (150 borehole minimum per project) and complexity to that required for this project. All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity, surety ™s name, point of contact, telephone number, email address, the maximum bonding capacity per project, and the maximum aggregate bonding, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. RESPONSES ARE DUE ON 11 August 2016 by 2:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Georgia Scott); 9324 Virginia Avenue., Bldg. Z-140 Room 114; Norfolk, VA 23511. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at georgia.scott@navy.mil. Please fill out attached Sources Sought information form.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/81db846c77cc0dfa28d5df832469d7bc)
 
Document(s)
Attachment
 
File Name: N4008515R5518_N4008516R5518_Sources_Sought_Information_Form.pdf (https://www.neco.navy.mil/synopsis_file/N4008515R5518_N4008516R5518_Sources_Sought_Information_Form.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008515R5518_N4008516R5518_Sources_Sought_Information_Form.pdf

 
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: Marine Corps Logistics Base
Zip Code: 814 Radford Blvd.
 
Record
SN04199493-W 20160730/160728234547-81db846c77cc0dfa28d5df832469d7bc (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.