Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

Y -- ADD/ALTER, RPA OPERATIONS CENTER, BLDG 848, CANNON AIR FORCE BASE, CURRY COUNTY, NM

Notice Date
3/22/2017
 
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, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-17-R-0017
 
Point of Contact
Michelle Kessinger, Phone: 5053423279
 
E-Mail Address
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP-17-R-0017 ADD/ALTER HVAC, RPA OPERATIONS CENTER, BLDG 848, CANNON AIR FORCE BASE, CURRY COUNTY, NM This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for the Add/Alter HVAC, RPA Operations Center, Bldg 848 at Cannon Air Force Base, New Mexico. The proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using a "Best Value" trade-off process; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources for construction to upgrade and add to the heating, ventilation, and cooling (HVAC) system in an existing computer server room located in a squadron operation facility (SOF) at Cannon Air Force Base in Clovis, New Mexico. The facility supports a mission-critical, high-security, 24/7 operation which must be in continuous operation at all times during construction. The server room requires a new reliable and easily maintainable cooling system, with a redundant backup system, that is operated and controlled independently from the existing evaporative chiller infrastructure. The new system will only service the server room. The server room is a high-density server room located on the first floor of the facility. The room is approximately 1,600 square feet (SF) and is currently cooled by four 6-ton computer room air handler (CRAH) units that are connected to the central chiller plant. Cooling is accomplished via underfloor cooling utilizing perforated tiles. The existing cooling system does not provide enough cooling to the server room and is currently supplemented by portable air conditioners and an additional air cooled condensing unit. The underfloor plenum is congested with communications and electrical infrastructure, with air flow delivered through a raised floor plenum system. The new HVAC system will include the required chillers, computer room air handlers, electrical infrastructure, chilled water supply lines, return water lines, pumps, controls, and other supporting infrastructure to provide a standalone, redundant, and concurrently maintainable HVAC system delivering the required cooling to support the server room. The maximum load for the server room based on installed equipment is 75 tons. The project will include alterations to the existing HVAC system in order to repair, replace, or add any required equipment and infrastructure to provide the required cooling and to provide the redundancy to remove single points of failure from the HVAC system. Sustainable principles, to include life cycle cost effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02. Facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, Higher Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. Estimated duration of the project is 300 calendar days. The minimum/special capabilities required for this project are: • Contractor must demonstrate knowledge and experience to effectively work in Department of Defense (DoD) high security areas. • The Contractor must demonstrate specific knowledge and experience in DoD computer server room construction. • During construction the computer server room must operate continuously, without interruption, to avoid impact to DoD mission critical operations. • Electrical and Mechanical technicians must be at a minimum experience journeyman level. • Computer server room electronics racks cannot fail due to lack of cooling or humidity (humidity too low or too high). • Computer server room must be fully functional for 24/7 operations, 8760 hours per year, year in/year out. Construction activities shall not impact computer room server operation. • Computer server room cooling system must have 100% back-up, both mechanical system (cooling) and electrical (power). • The environmental conditions for the computer server equipment shall meet ASHRAE published Thermal Guidelines and computer server manufacturer's recommendations. This is also applicable during all construction activities. • During construction, should there be a failure of the primary cooling system, the back- up cooling system must be brought on line before the computer server room electronics reach critical temperature. • High chilled water return temperature, pump failure (primary or secondary), low limit temperature (freeze stat), and loss of flow alarms shall be monitored and startup the back-up cooling system. High chilled water return temperature is defined as 5 degrees above the Entering Water Temperature Design. • The new system must be highly reliable. Equipment utilized for this project must be the most reliable to satisfy the requirements of the project. • System shall be installed and tested such that all cooling equipment and components can be serviced without impacting computer server room operations. The cooling to the room cannot be shut down at any time for maintenance or repairs. Provisions must be included to allow for maintenance, repair, and replacement activities that maintain cooling to the room. • Contractors and all staff working on the project must demonstrate US Citizenship. The North American Industry Classification System code for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors which has a small business size standard of $15 Million. The Standard Industrial Code is 1711 and The Federal Supply Code is Z2EZ. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's capability to perform a contract of this magnitude and complexity same or similar to the Add/Alter HVAC, RPA Operations Center, Bldg 848 at Cannon Air Force Base, New Mexico (include firm's capability to execute construction, comparable work performed within the past 5 years: 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 3. Firm's experience with the minimum capabilities listed in this Sources Sought Notice. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project. Interested Firm's shall respond to this Sources Sought Synopsis no later than 31 March 2017, 2:00PM MDT. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Michelle Kessinger, Contract Specialist, at michelle.l.kessinger@usace.army.mil. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-17-R-0017/listing.html)
 
Place of Performance
Address: Cannon Air Force Base, Curry County, New Mexico, CAFB, New Mexico, 88103-5146, United States
Zip Code: 88103-5146
 
Record
SN04443302-W 20170324/170322234231-e5db1601ad1d334066c8ec45873c0cad (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.