Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
MODIFICATION

Y -- Repair/ Replace HVAC Systems, Operations Facility

Notice Date
12/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-S-0003
 
Archive Date
1/26/2017
 
Point of Contact
Edward V. McKee, Phone: 4436547857, Melissa Renee McMillan-Cox, Phone: 4436547235
 
E-Mail Address
edward.v.mckee@usace.army.mil, melissa.r.mcmillan-cox@usace.army.mil
(edward.v.mckee@usace.army.mil, melissa.r.mcmillan-cox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NOT A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. RESPONSES ARE DUE NO LATER THAN 4:00 P.M. EASTERN STANDARD TIME January 11, 2017. This is a market research tool to determine the availability of sources prior to issuing a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Baltimore District of the US Army Corps of Engineers, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on submittals or offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The contemplated work is to repair/ replace the Heating, Ventilation and Air Conditioning (HVAC) system. Work performed will be within the North American Industry Classification System (NAICS) Code 238220 - Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of $15 Million. A Firm-Fixed Priced (FFP) Design-Build (DB) Two Phase construction project is contemplated at this time. The magnitude of the requirement is $10-25M. An active TOP SECRET Facility Clearance (TS FCL) is desired at the time the offer is due, however the TS FCL will be required at time of award, and throughout the life of the contract. All Contractors must submit a Statement of Affiliations (SOA) certified by company officials and agreement to obey full document control procedures associated with any documents in solicitation. SOAs will be requested with the pre-solicitation notice and shall be current with proposal submission, should a solicitation be issued. All personnel doing work on facility, including any subcontractors who require access to the Site shall be United States citizens without any felony convictions. Proof of the Clearance (TS FCL). Will be required upon submission of proposals and must be maintained throughout the life of the contract if awarded. Cleared and un-cleared persons are acceptable for the work on Site, however un-cleared persons must be escorted by facility qualified escorts. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified submitting the SF330 must have the TOP SECRET Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active TOP SECRET Facility Site Clearance. Even if both Company A and Company B, each individually possess the clearance, unless Company AB possesses its own TOP SECRET Facility Site Clearance, the proposal will not be eligible for award. All Interested parties, including Small Businesses with single and aggregate bonding capacity to support this project should submit a narrative demonstrating their experience in construction projects of this magnitude, which include experience and capability to evaluate, design, and replace worn out HVAC systems and equipment with modern energy efficient and dependable HVAC system components, providing reliable and redundant heating and cooling for conditioned spaces that support the organizations mission. This new HVAC system supports a 66,332 sf facility, ensuring precise environmental conditions are maintained for a redundant HVAC system is required. Potential offerors are required to fill out the included matrix. Your response should include the following information in your response: List up to five projects performed within the last five years. Comments must include submitter's business name, CAGE code, point of contact, phone number, and email address. Also, requested are number of employees and information on experience of key personnel showing experience in providing the services described above. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); d) Period of performance (start and completion date); e) Basic contract award amount and final contract value; f) Summary of contract work; g) Bonding capability: provide bonding capability for single project and aggregate; h) Experience with new and existing DoD facilities within the Denver, Colorado Metropolitan Area. Small Business interested parties shall provide the following information: socioeconomic category, such as: Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, Hubzone Small Business, 8 (a) Small Business, etc. Interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, they must register with the Small Business Administration. Any contractor interested in obtaining a contract award with the Corps of Engineers must be registered in the System for Award Management (SAM) at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each respondent's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All respondents are urged to double check their SAM registration and update as necessary, including the size metrics information. Respondents will not be notified of the results of the evaluation. Again, no solicitation is available at this time. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Offerors must fill out the attached matrix but may support their submission with other information in any format. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH MINIMUM SINGLE BONDING CAPABILITY OF $25,000,000. Responses are to be sent via email to Edward.V.McKee@usace.army.mil by 4:00 PM January 11, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0003/listing.html)
 
Place of Performance
Address: Denver, Colorado Metropolitan Area, United States
 
Record
SN04361007-W 20161231/161229234208-c6e4ba22ba0b5a602663f01406fbf2c9 (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.