Replace Automated Temperature Controls B116

expired opportunity(Expired)
From: Federal Government(Federal)
FA449720RB116

Basic Details

started - 05 Feb, 2020 (about 4 years ago)

Start Date

05 Feb, 2020 (about 4 years ago)
due - 19 Feb, 2020 (about 4 years ago)

Due Date

19 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA449720RB116

Identifier

FA449720RB116
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709210)DEPT OF THE AIR FORCE (60464)AMC (72623)FA4497 436 CONS LGC (422)

Attachments (1)

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 436th Contracting Squadron at Dover Air Force Base, DE is conducting this Sources Sought/Synopsis to inform interested offerors of the potential future opportunity to Replace Automated Temperature Controls at building 116. Additionally, this Sources Sought/Synopsis is to identify firms registered under North American Industry Classification System (NAICS) code 238220 – Plumbing, Heating, and Air Conditioning - size standard $16.5 Million, who possess the capabilities to provide design-build construction services as specified below. If your firm is interested in this requirement and has performed similar projects of this scope and magnitude please provide the information requested below. The magnitude of the project is between $500,000 and $1,000,000.General Scope of Work: Upgrade facility heating, ventilation, and air conditioning (HVAC) control system panels/components supporting facility air handling units, duct heaters, heating hot water system, chilled water system, power
monitoring system, unit heaters, cabinet unit heaters, boiler room components and furnish new variable air volume units. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request; therefore, proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought/Synopsis. All firms must be registered with the System for Award Management (SAM) in order to receive a future award. Registration information is available at http://www.sam.gov/ or telephone 1-866-606-8220.Submission Instructions:Interested parties should return responses to requested information listed below no later than 4:00 PM EST on 19 February 2020 to John Porter via email at john.porter.23@us.af.mil. Telephone and fax requests will not be honored.POC Information:  John P. Porter, Civ, USAF Contract Specialist Comm: (302) 677-4969.Your response must include the information requested below.Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications and capabilities to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:Company Profile to include:    1. Company name and address;    2. Affiliate information: parent company, joint venture partners, and potential teaming partners;    3. Year the firm was established, average annual receipts, and number of employees    4. Total Bonding capacity/Bonding capacity per project;    5. Two points of contact (names, titles, phone numbers and email addresses);    6. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at   http://www.sam.gov/Small Business designation/status (must correlate with SAM registration):_____ Small business        _____  HUBZone        _____ WOSB_____ 8(a)                                                             _____ VOSB_____ SDVOSB                                                     _____ OTHER                                    _____ SDB                       

Dover AFB ,
 DE  19902  USALocation

Place Of Performance : N/A

Country : United StatesState : DelawareCity : Dover Air Force Base

You may also like

FOSS CONTRACT FLETC CHARLESTON - REPLACE COMPRESSOR CONTROL BOARD/FAN MOTOR DAIKIN VRV BLDG 285.

Due: 06 May, 2024 (in 6 days)Agency: FEDERAL LAW ENFORCEMENT TRAINING CENTER

CAP24-0293 - Automated Building Controls - Various - OMD

Due: 16 May, 2024 (in 17 days)Agency: State of Oklahoma, Division of Capital Assets Management, Construction and Properties

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J041Maintenance, Repair and Rebuilding of Equipment: Refrigeration, Air Conditioning, and Air Circulating Equipment