SOURCES SOUGHT
Z -- Retube Trane Absorber Chiller
- Notice Date
- 6/2/2025 9:52:52 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12505B25R0016
- Response Due
- 6/16/2025 2:00:00 PM
- Archive Date
- 07/01/2025
- Point of Contact
- Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
- Description
- THIS IS FOR MARKET RESEARCH PURPOSES ONLY, NOT A REQUEST FOR PROPOSAL OR SOLICITATION. A market survey is being conducted to determine if there are adequate Small Business, SBA-certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is not a solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Purpose: The Agricultural Research Service (ARS) seeks to determine the availability and capability of potential small businesses to include socio-economic set-aside qualified businesses for the project below. The Government anticipates a competitive method of procurement. The information received resulting from this market research will be considered solely for the purpose of determining the appropriate acquisition method, including whether a set-aside is appropriate. Project Information: The Government seeks information from qualified and experienced contractors capable of completing projects similar in scope and magnitude to the project described below. Contractors must demonstrate the ability to perform under a potential contracting vehicle. Place of Performance: National Centers for Animal Health, 1920 Dayton Avenue, Ames, IA 50010 Anticipated Solicitation Release: July 7, 2025 Estimated Period of Performance: 365 days after notice to proceed Project Description: Retube the high temperature steam generator with titanium tubes and the absorber heat exchanger with Copper/Nickel 90/10 tubes in the Building 154 #6 Trane absorber chiller. Scope of Work: The Contractor shall remove bromide from the chiller into owner provided containers. The Contractor shall remove all tubes in high temperature steam generator and absorber heat exchanger sections. The Contractor shall open the high temperature steam generator and absorber heat exchanger sections and remove existing supports. The Contractor shall build and install new supports, adjusting as necessary for titanium and copper/nickel 90/10 prime surface tubes, including cutting and welding. The Contractor shall supply and replace all tubes in high temperature steam generator per OEM specifications with titanium prime surface tubes and the absorber heat exchanger per OEM specifications with copper/nickel 90/10 prime surface tubes. The Contractor shall provide required gaskets and reinstall end bells/heads. The Contractor shall leak check the high temperature steam generator and absorber sections with nitrogen at affected areas. The Contractor shall repair any leak in affected area of high temperature steam generator and absorber sections as necessary. The Contractor shall evacuate the absorber after passing a leak check. The Contractor shall take a bromide sample for lab analysis and provide recommendations. The Contractor shall perform factory checkout, start-up, and trim of the absorber. The Contractor shall provide, setup and remove all scaffolding required for the project. The Contractor will provide all tools. The Contractor shall clean up area and remove all gear/tools. All work performed will need to be documented IAW EPA standards/regulations. The Contractor shall provide a final report to the Contracting Officers Representative within 10 working days of final work competition. The USDA will provide nitrogen. The USDA will assist with offloading and receiving the tubes at Building 154. Instructions For Interested Parties, Capabilities: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. The Capabilities Statement must show that the company meets or exceeds the following: Technicians with at least 5 years of experience; Ability to respond to trouble/service calls for warranty issues within 24 hours; and For non-Trane contractors, documentation that Trane acknowledges that Trane will provide contract maintenance and repair service on the #6 absorption chiller as if the work had been completed by Trane. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. Responses should be submitted by 4:00 PM Central Daylight Time on June 16, 2025 to the attention of Josh Dobereiner at josh.dobereiner@usda.gov. Questions should be directed to Josh Dobereiner at josh.dobereiner@usda.gov. Disclaimers: This notice is posted in accordance with FAR Part 5.2. In accordance with FAR Part 4.1102, Procedures, System for Award Management (SAM), potential contractors must be registered in SAM prior to submitting proposals, bids, or quotes. Offerors may obtain information on registration at https://www.sam.gov. Any potential future solicitations will be posted exclusively on SAM.gov. Interested parties are responsible for monitoring this website for the solicitation release and any updates or amendments. Do NOT submit proposals, bids, or quotes at this time. The Government does not intend to pay for any information provided under this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58b2c9e37d194adab069816f0199d350/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN07462601-F 20250604/250602230045 (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 |