Replace Chiller and Cooling Tower

expired opportunity(Expired)
From: Federal Government(Federal)
Project140007

Basic Details

started - 23 May, 2017 (about 7 years ago)

Start Date

23 May, 2017 (about 7 years ago)
due - 23 Jun, 2017 (about 6 years ago)

Due Date

23 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
Project140007

Identifier

Project140007
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), HUBZone, 8(a), Woman-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only. The scope of this project is to replace the existing chillers and cooling towers at 20051. Construction will include new underground chilled water piping in a shallow concrete trench to building 20032, demolition of existing cooling tower foundations, and restoration of paving and sidewalks, and replacement of pipes, pumps, fire alarms, electrical equipment. The renovation of the facility will provide four new chillers arranged in a series counter-flow arrangement and two new cooling towers with a total 1500 tons cooling capacity. SPECIAL REQUIREMENTS/CONCERNS:The scope of this project requires the contractor to perform all work in winter when the chiller
plant is shut down for heating season. Plant must be back up and running before cooling season begins.The anticipated period of performance is 200 days and the estimated magnitude is between $1,000,000 and $5,000,000.The NAICS Code assigned to this acquisition is 238220 (Plumbing, Heating and Air Conditioning Contractors), with a Size Standard of $15M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO or HUBZone). All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3).All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 10:00 A.M. ET on 20 June 2017:Please include the following in your Capability Package:(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address;(2) Your DUNS Number and/or CAGE Code;(3) Date of HUBZone certification, if applicable;(4) 8(a) certification, if applicable;(5) Documentation of SDVOSB status, if applicable;(6) WO must provide information IAW Federal Acquisition Regulation 19.1503;(7) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages);(8) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project;(9) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated;(10) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture.Fax or e-mail responses will be accepted. E-mail to Alexander.Leishman@us.af.mil or fax 937-522-4620. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 10 pages.Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "PROJECT ZHTV140007". If sending attachments by e-mail, ensure only .pdf, .doc, or .xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a .zip or .exe file is attached, it may be deleted by the e-mail filters. Contact Information: Alexander Leishman, Phone 9375224620, Email alexander.leishman@us.af.mil - James Bane, Contract Officer, Phone 9375224546, Fax 9372572825, Email james.bane.4@us.af.mil Office Address :1940 ALLBROOK DRIVE WRIGHT-PATTERSON AFB OH 45433-5309 Location: AFLCMC/PZIO - WPAFB Set Aside: N/A

Facility 20051WPAFB, OHLocation

Address: Facility 20051WPAFB, OH

Country : United StatesState : Ohio

You may also like

COOLING TOWER

Due: 27 Apr, 2024 (in 4 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CENTRAL CHILLER PLANT, CHILLER AND COOLING TOWER MAINTENANCE/INSPECTION AND REPAIRS - IDIQ

Due: 10 Sep, 2025 (in 16 months)Agency: BUREAU OF RECLAMATION

CHEMICAL TREATMENT IN THE STEAM BOILERS, COOLING TOWERS, AND CHILLERS

Due: 31 Jan, 2025 (in 9 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 238220 GSA CLASS CODE: Z