Daikin HVAC VRV Compressor Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
FA286024_Daikin-REYQ120PBYD

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (24 days ago)

Due Date

04 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
FA286024_Daikin-REYQ120PBYD

Identifier

FA286024_Daikin-REYQ120PBYD
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE AIR FORCE (60450)AIR FORCE DISTRICT OF WASHINGTON (138)FA2860 316 CONS PK (574)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

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.

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 238220. The size standard is $19.0 million.The purpose of this procurement is to acquire services to replace the Variable Refrigerant Valve (VRV) Compressor on Daikin Series WSC087, perform testing, and ensure the unit is in good working order according to the attached PWS. Reponses to this Sources Sought request should reference "Daikin HVAC Compressor Replacement" and shall
include the following information in this format:1. Company name, address, point of contact name, phone number, fax number and email address.2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.Note: The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 04 April 2024. Responses will be accepted via electronic means only to marchie.winebrenner@us.af.mil or alexis.huggins@us.af.mil.

Andrews AFB ,
 MD  20762  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Joint Base Andrews

Office Address : CP 240 612 5676 1349 LUTMAN DR JB ANDREWS , MD 20762-7001 USA

Country : United StatesState : MarylandCity : Joint Base Andrews

You may also like

AE SERVICES FOR REPLACEMENT OF HORT CROPS ROOFTOP HVAC UNITS IN CORVALLIS, OR

Due: 30 Sep, 2024 (in 5 months)Agency: AGRICULTURAL RESEARCH SERVICE

IFB 23C720004 HVAC Installation and Replacement Services

Due: 10 May, 2024 (in 11 days)Agency: Dept of the CA Highway Patrol

IFB 23C720004 HVAC Installation and Replacement Services

Due: 10 May, 2024 (in 11 days)Agency: Dept of the CA Highway Patrol

Please Sign In to see more like these.

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

Classification

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