The RFP Database
New business relationships start here

Army Test Command- Heating, Ventilating, Air Conditioning


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION


The Army Contracting Command (ACC), Tenant Division, Aberdeen Proving Ground (APG) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for complex and custom built Heating, Ventilating, Air Conditioning
and Refrigeration (HVACR) systems. These HVACR systems may not be comparable to common private industry HVACR systems, and generally require specialized components and/or a variety of refrigerants to properly function. Further, many of these systems were manufactured more than fifty years ago, potentially limiting the availability of technical documentation and/or replacement parts. Equipment may be housed in large warehouses, small test cabinets/other confined spaces, indoor firing ranges, remote areas, or on facility rooftops. Service locations for these systems varies throughout both the Aberdeen and Edgewood areas of Aberdeen Proving Ground. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


PLACE OF PERFORMANCE

LOCATION: Army Test Center, APG, MD

On-Site Government: 95%

Off-Site Contractor: 5%

DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."


PROGRAM BACKGROUND


The Army Test Center (ATC), is designated as the provider of test and test support services for authorized customers within and outside of DoD, including Government and non-Government organizations, domestic, and foreign. In accordance with these assignments, ATC provides the following: the Simulated Environments and Support Operations Branch (SESOB) provides various environmental conditioning services in support of a diverse testing arena for the Department of the Army.


 



REQUIRED CAPABILITIES


The Contractor shall provide Heating, Ventilating, Air Conditioning and Refrigeration (HVACR) services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS:

Personnel and Facility Security Clearances. All contractor employees to be working at APG must submit a DA Form 1602 within five days of contract award and be able to obtain non-escort access to ATC Restricted Areas. All contractor employees will adhere to the ATC Policy Bulletin No. 3-16, Access to the Restricted Area. As well as, APGR 190-4, Movement Control within the Installation. The contractor does not need a clearance, only access to ATC restricted areas.

• Service Contract Act
• Government Furnished Property plan.


ELIGIBILITY


The applicable NAICS code for this requirement is 238220 with a Small Business Size Standard of $15.0 mil. The Product Service Code is J041. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


A draft Performance Work Statement (PWS) is attached for review. (Attachment 1)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 03 APRIL 2017. All responses under this Sources Sought Notice must be e-mailed to christopher.m.neville2.civ@mail.mil.


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?


2.) Can or has your company managed a task of this nature? If so, please provide details.


3.) Can or has your company managed a team of subcontractors before? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks?


5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.


6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.


7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


The estimated period of performance consists of, base year plus 2 option years with performance commencing 13 November 2017.


The contract type is anticipated to be Firm-Fixed-Price.



Annual Breakdown (1 Year)
CLIN 1 - Scheduled Labor (FFP): 1200 hours
CLIN 2 - Unscheduled Labor (LOE): 630 hours


Base Year + 2 OY (3 Years)
CLIN 1 - Scheduled Labor (FFP): 3600 hours
CLIN 2 - Unscheduled Labor (LOE): 1890 hours



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.


Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Christopher M. Neville, in either Microsoft Word or Portable Document Format (PDF), via email to christopher.m.neville2.civ@mail.mil.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


No phone calls will be accepted.


All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


 


Christopher M. Neville, Phone 4438614747, Email christopher.m.neville2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP