Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOURCES SOUGHT

Z -- Replace HVAC Controls, Building 3 West

Notice Date
7/6/2020 8:05:51 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120B0008
 
Response Due
7/21/2020 12:00:00 PM
 
Archive Date
08/05/2020
 
Point of Contact
Brooke McDonald
 
E-Mail Address
Brooke.McDonald@us.af.mil
(Brooke.McDonald@us.af.mil)
 
Description
The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB)�sources for furnishing and installing equipment and materials required to provide complete temperature control system alterations. The work to be performed involves the following principal features: Removal and replacement of existing control devices. Re-use of existing actuating devices and compatible sensors is acceptable. Verify operation of reused existing devices and replace non-functional devices as necessary. Programming of application specific devices and other field controllers including verification of programming functionality. Initial set up of new supervisory control devices to current revision level of existing, similar devices on site. Database programming and graphical representations will be accomplished by AFRL personnel due to network security protocols. This is a Sources Sought Notice and is not an Invitation for Bids.� No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a�solicitation or ultimately award a contract, nor does it restrict the�Government to a particular acquisition approach. Any information provided to the Government as a result of this�sources sought notice is voluntary. Responses will not be returned.� No�entitlement to payment of direct or indirect costs or charges to the�Government will arise as a result of contractor submission of responses or�the Government�s use of such information. The information obtained from�responses to this notice may be used in the development of an�acquisition strategy and future RFP. If adequate responses are not received, the acquisition may be solicited on an unrestricted basis. This is a sources sought for planning�purposes only. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and at least 25% of the cost of contract performance incurred for personnel will have to be expended for employees of the prime contractor. Though not assured or guaranteed, it is anticipated that an Invitation for Bids for this requirement will posted to the BetaSAM website http://www.beta.sam.gov under reference number FA875120B0008 on or about 1 August 2020. Potential offerors are encouraged to become familiar with the requirement and to check the BetaSAM site for updates to this notice. The solicitation will be conducted under NAICS code 238210 with an associated small business size standard of $16,500,000 average annual revenue.� No set-aside determination has been made. DESCRIPTION Capable sources are sought to provide complete temperature control system alterations at the Air Force Research Laboratory, Rome Research Site, Rome, NY. The anticipated period of performance is 180 days. The contractor shall furnish and install equipment and materials required to provide complete temperature control system alterations. The work to be performed involves the following principal features: Removal and replacement of existing control devices. Re-use of existing actuating devices and compatible sensors is acceptable. Verify operation of reused existing devices and replace non-functional devices as necessary. Programming of application specific devices and other field controllers including verification of programming functionality. Initial set up of new supervisory control devices to current revision level of existing, similar devices on site. Database programming and graphical representations will be accomplished by AFRL personnel due to network security protocols. �The contractor�s performance will be based on the Contracting Officer�s (CO) evaluation and Contracting Officer�s designated Representative (COR) The evaluation of results will be based on COR performance assessment, tenant satisfaction, and customer complaints.� Final results of the evaluations will be the determining factor for the success or failure of this contract. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. The attached Specifications (ATTACHMENT 1) provides further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. �Interested offerors are encouraged to review the Specifications and provide comments and/or questions. RESPONSE PROCEDURE Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, or SB concerns and who intend to submit a�proposal for this notice MUST submit the following by 3:00 p.m. EST, 21July �2020: (1)�a positive statement of intent to submit a proposal for this solicitation as a prime contractor.� Include a description of how the 25% requirement would be met.� Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for; (2)�dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); (3)� Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include such information as contract requirements, contract amounts, performance periods, and points of contact.� (4)� Description of prime contractor�s Safety and Quality Control methodologies.� This should be general and not exceed two (2) pages in length.� Ensure both Safety and Quality Control are addressed. All of the above�must be submitted in sufficient detail for a decision to be made on the�availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns.� Failure to submit all information requested would�result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Mr. Michael Graniero, Small Business Professional, michael.graniero@us.af.mil , with an email copy to Brooke McDonald, brooke.mcdonald@us.af.mil and John Haberer, john.haberer@us.af.mil Point of Contact: Brooke McDonald Contract Specialist, Email: Brooke.McDonald@us.af.mil NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a72592793e740b99d9582a4b6d83417/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN05712595-F 20200708/200706230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.