Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2025 SAM #8556
SOURCES SOUGHT

Y -- �Repair HVAC Systems� Multiple Buildings, Joint Base Lewis-McChord (JBLM), WA.

Notice Date
4/28/2025 8:22:19 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R16K4
 
Response Due
5/16/2025 2:00:00 PM
 
Archive Date
05/31/2025
 
Point of Contact
Christopher Baroldy, Phone: 2539663220, Brett Vegeto, Phone: 2533805542
 
E-Mail Address
christopher.l.baroldy@usace.army.mil, brett.s.vegeto@usace.army.mil
(christopher.l.baroldy@usace.army.mil, brett.s.vegeto@usace.army.mil)
 
Description
Amendment 0001. The purpose of amendment 0001 to Sources Sought Notice W912DW25R16K4 is to correct language in paragraph 9 under the ""Submittal"" section of the notice. Paragraph 9 is change from: ""A narrative describing a minimum of two (2) projects your firm has completed that were similar in size, scope and complexity to the anticipated contract requirements described above. Of particular interest to the Government are projects where your firm completed replacement of fire suppression system(s) in a large facility, hangar or warehouse. If a single project(s) does not cover all scope of work areas described above for the subject project, the narrative may include additional projects noting experience on individual systems or groups of tasks."" To: ""A narrative describing a minimum of two (2) projects your firm has completed that were similar in size, scope and complexity to the anticipated contract requirements described above. Of particular interest to the Government are projects where your firm completed replacement of HVAC system(s) in a large facility or dormitory. If a single project(s) does not cover all scope of work areas described above for the subject project, the narrative may include additional projects noting experience on individual systems or groups of tasks."" XXXXX-----XXXXX----XXXXX This is a Sources Sought Notice for market research purposes ONLY. This is NOT a Request for Proposals, Request for Quotes or Invitation for Bids. A solicitation, specifications or drawings are not available at this time. After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate presolicitation notice for each project will be published on the System for Award Management (SAM) website, https://sam.gov. Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. All interested parties and potential bidders/offerors are responsible to monitor SAM for any future postings. The purpose of this Sources Sought Notice is for the U.S. Army Corps of Engineers (USACE) to gain knowledge and determine the availability of interested business sources for a proposed firm fixed-price construction project to repair the HVAC systems in multiple buildings on Joint Base Lewis-McChord (JBLM), WA. In accordance with Federal Acquisition Regulation 36.204, the magnitude of construction for both of these anticipated projects is estimated to be between $5,000,000.00 and $10,000,000.00. Payment and performance bonds for the value of the contract will be required. The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, with an associated small business size standard of $45,000,000.00. This Sources Sought Notice is strictly for informational and market research purposes ONLY, to assist the Government in identifying contractors with the interest and capability to accomplish the type of work that will be required by the anticipated project. Responses received to this Sources Sought Notice will also assist the Government in determining the appropriate acquisition method for the subject requirement, including whether a small business set-aside is possible and/or appropriate, and what type of solicitation will be issued for this requirement. Please note that this Sources Sought Notice does not constitute a solicitation for competitive bids or proposals and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this notice or any requested follow-up information. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time and respondents shall refrain from providing proprietary information in response to this notice. No award will be made from this Sources Sought Notice. This notice is also not a request to be placed on a solicitation mailing list. However, all interested firms, regardless of business size under NAICS code 236220, should respond to this notice. Responses to this Sources Sought Notice will be shared with the Government project team, but otherwise will be held in strict confidence. SUMMARY DESCRIPTION OF PROPOSED PROJECTS: The Seattle District USACE expects to issue multiple solicitations for a firm-fixed price contracts to repair the HVAC systems in multiple buildings on Joint Base Lewis-McChord (JBLM), WA, which will include the following scope of work requirements: 1. Building 9690. Background: The building size is approximately 56,500 square feet. The building serves as reserve training and readiness support center. The facility will remain lightly occupied during construction repair efforts with periods of increased activity during reserve forces assembly weekends. Scope: The repair construction effort of this project will deliver a complete and usable energy efficient HVAC system integrated with Direct Digital Control (DDC) and network functionality while utilizing the existing utility connections and power source. The Contractor is to provide all material, labor, equipment, and other items required to complete the project as detailed in the construction drawing documents and the project�s statement of work. All work shall be completed in accordance with Federal and State regulations, JBLM Design Standards, and Unified Facilities Criteria (UFC). 2. Building 9690. Repair HVAC System. The non-exhaustive list of tasks include: (a) Demolish existing roof top unit and associated components as identified in the construction design drawings, and dispose of in accordance with JBLM, local, and federal regulations. (b) Maintain space conditioning during construction to facilitate continued occupation and operation of the facility throughout construction. (c) Provide new rooftop HVAC units with an AC Chiller to provide cooling conditioning to the facility as shown in the construction drawings. (d) Demolish associate duct work as shown on the construction drawings. (e) Provide duct work as shown on the construction drawings. (f) Connect associated duct work as shown on the construction drawings (1) Fire alarm and detection equipment is not to be demolished and is intended to be reused to the maximum extent with new ducting. (2) This work excludes any repair, replacement, reconfiguration, programming, or assessment of the existing fire alarm and associated components for the facility. (g) Demolish and provide replacement fire suppression sprinkler heads. The existing water supply and distribution piping system are to be reused to the maximum extent. (h) Provide a Qualified Fire Protection Engineer as direct supervision for any features of work involving the life safety and fire protection systems. 3. Building 9690. Repair HVAC DDC. The non-exhaustive list of tasks include: (a) Provide Java Application Control Engine (JACE) high level controller and additional required communication components, for HVAC, to provide the remote monitoring and adjustments capability as identified in construction drawings. (1) Provide a complete and functional Direct Digital Controls (DDC) system connecting all bldg. 09690 facility HVAC equipment existing and replaced. (2) Provide a complete and functional system that allows network enabled controls and monitoring (DDC) of the HVAC system through the existing fiber optic cable at bldg. 09690. (b) Provide JACE high level controller with CAT6 connection. (1) JACE network connection will be provided through existing Communication cabinet, Fiber Line Interface Unit (LIU), and NEC Switch in adjacent telecommunications room. (2) Provide conduit with CAT6 port from telecommunications room to mechanical room as shown on drawings. Conduit must continuous with no more than two 90-degree bends. Pull boxes are required if more than two 90-degree bends or if conduit runs are greater than 100 feet in length. (3) Install according to UFC 3-580-01 and I3A requirements and specifications. (a) Contractor shall track all costs specific to the JACE and network connection separately and provide a report to the government when complete. (b) JACE systems will be installed in a single lockable cabinet. (c) Existing controls and DDC cabinets in the mechanical room may be reused. (d) All communications work shall be done in accordance with UFGS 25 05 11, UFC 3-580-01, TIA 607-B, TIA 569-C, NEMA ratings, and JBLM requirements. (e) Any exterior components, DDC control panels communication wiring, etc., must be NEMA rated weatherproof panels. Wiring, connections, and EMT compression conduit/raceway runs must be weatherproof and watertight rated for all potential conditions of the region to include but not limited to rain, snow, ice, sun, heat, corrosion. Runs shall be braced and anchored appropriately and to code; roof penetrations for anchoring are not permitted. Consolidation of DDC shall be in the mechanical room C104 as shown on the construction drawings. All work to be done in accordance with the construction drawings, applicable JBLM design standards, UFCs, and UFGS. (c) This work does not include alteration, upgrade, or connection to existing electrical or gas pulse monitoring units Energy and Environmental Data Reporting System (EEDRS) JACE and/or and associated components. 4. Building J00567. Background: Building J00567 is approximately 41,000 square feet. The building is an active three-story dormitory building with single occupancy rooms, small kitchenette areas, laundry, and common spaces. The dormitory is currently connected to an existing steam system which will be severed upon completion of this project. There is no existing fiber optic line to the facility, Network Enterprise Center (NEC) provided drawings outline installation of a fiber optic line for use with the DDC and EEDRS high level controller JACE units. Scope: The repair construction effort of this project will deliver a complete and usable energy efficient HVAC system integrated with Direct Digital Control (DDC) and network functionality while utilizing the existing utility connections and power source. The Contractor is to provide all material, labor, equipment, and other items required to complete the project as detailed in the construction drawing documents and the project�s statement of work. All work shall be completed in accordance with Federal and State regulations, JBLM Design Standards, and Unified Facilities Criteria (UFC). 5. Building J00567. Repair HVAC System. The non-exhaustive list of tasks include: (a) Demolish existing HVAC systems and associated components as identified in the construction drawings, and dispose of in accordance with JBLM, local, and federal regulations. (1) All recovered refrigerants, if any, to must be collected and disposed of in accordance with IAW federal and local regulatory requirements. (2) Demolish and decommission existing steam system and cap as indicated on the construction drawings. (b) Maintain conditioning in occupied spaces during construction, and phase construction in 25% sections of the facility to allow for relocation of occupants. (c) Provide management a 45-day notice for phase change to facilitate relocation and previously 25% section must be available for personnel to move in prior to starting on the next 25% of the facility. (d) Provide replacement, energy star rated, HVAC and associated duct work as shown on the construction drawings. (e) Perform testing and balancing (TAB) prior to demolition to establish base values and confirm correct flow. When new units have all been installed, conduct TAB back check to confirm appropriate flow conditions and HVAC standards and specifications have been met. 6. Building J00567. Repair HVAC DDC. The non-exhaustive list of tasks include: (a) Provide JACE high level controller and additional required communication components, for HVAC, to provide the remote monitoring and adjustments capability as identified in construction drawings. (1) Provide a complete and functional Direct Digital Controls (DDC) system connecting all bldg. J00567 facility HVAC equipment existing and replaced. (2) Provide a complete and functional system that allows network enabled controls and monitoring (DDC) of the HVAC system through the JBLM network via fiber optic connection. (3) DDC communications protocol to be used is BACnet per UFGS 23 09 23.02. (b) Provide JACE high level controller with one CAT6 outlet and connection to existing EEDRS. (1) JACE network connection will be provided through Communication cabinet with Fiber LIU and NEC Switch. (2) Provide conduit from telecommunications room to electrical room for integration with EEDRS. Conduit must be continuous with no more than two 90-degree bends. Pull boxes are required if more than two 90-degree bends or if conduit runs are greater than 100 feet in length. (3) Install according to UFC 3-580-01 and I3A requirements and specifications. (c) Contractor shall track cost associated with DDC JACE separately and provide a report to the government. (d) JACE system to be installed in a lockable cabinet and may reuse the existing DDC JACE cabinet if it meets size, code, and spec requirements. (e) The work does not include work on the existing electrical or gas pulse monitoring units (EEDRS) and associated components and/or JACE. 7. Building J00567. Provide Fiber Line and Data Switch for EEDRS. The non-exhaustive list of tasks include: (a) Provide installation of fiber line pull from existing fiber in adjacent facility as shown in the construction drawings. (b) Integrate network connection with HVAC DDC as shown in the construction drawings. (c) Provide JACE high level controller for EEDRS. JACE to be located in individual lockable cabinet. (d) Provide Network data switch and Fiber Optic LIU in an equipment cabinet to include uninterrupted power supply (UPS) as shown in construction drawings. (e) Contractor shall track all costs specific to the network connection installation separately and provide a report to the government when complete. (f) Any components installed exterior to the facility must be NEMA weatherproof rated. (g) All communications work shall be done in accordance with UFGS 25 05 11, UFC 3-580-01, TIA 607-B, TIA 569-C, NEMA ratings, and JBLM requirements. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages (exclude any Joint Venture and Bonding information from page count) that includes the following: 1. Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2. CAGE code and UEI of your firm. 3. Your firm�s primary North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is classified by the Small Business Administration as any of the following or is Other Than Small Business: ? Small Business (SB) ? Small Disadvantage Business (SDB) ? Woman-Owned SB (WOSB) ? Veteran-Owned SB (VOSB) ? Service-Disabled VOSB (SDVOSB) ? Historically Underutilized Business Zone (HUBZone) ? 8(a) Program ? Other Than Small Business (Large Business) 5. Regions in which your company normally performs work or would perform work: ? West ? Midwest ? Northeast ? Southwest ? Southeast ? OCONUS (Outside the Continental United States) ? All of the Above 6. Firm�s Joint Venture Information, if applicable. 7. Bonding Information. Provide the following, on your Bonding Company�s letterhead: Bonding Limit � Single Bond Bonding Limit � Aggregate 8. A brief capabilities narrative describing your firm�s ability to meet anticipated contract requirements as described above. 9. A narrative describing a minimum of two (2) projects your firm has completed that were similar in size, scope and complexity to the anticipated contract requirements described above. Of particular interest to the Government are projects where your firm completed replacement of fire suppression system(s) in a large facility, hangar or warehouse. If a single project(s) does not cover all scope of work areas described above for the subject project, the narrative may include additional projects noting experience on individual systems or groups of tasks. Submission of your interest is not a prerequisite to any potential future posting, but participation will assist the Government in identifying sources with required capabilities and in determining the appropriate acquisition strategy for this requirement. Interested contractors must be registered in the SAM database, https://sam.gov, to be eligible for award of any Government contract. PLEASE SUBMIT RESPONSES TO: Responses to the Sources Sought Notice should be received as soon as possible but no later than 2:00 pm (Pacific Time) on 16 MAY 2025. Phone calls will not be accepted. Submit responses to the attention of Contract Specialist, Christopher Baroldy, at Christopher.L.Baroldy@usace.army.mil and Contracting Officer Brett Vegeto at Brett.S.Vegeto@usace.army.mil. The NWS Small Business Programs Point of Contact is Enshane Hill-Nomoto, Enshane.Nomoto@usace.army.mil or cenws-sb@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc5bf27246064ee3add10c12f0f2978e/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN07423836-F 20250430/250428230056 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.