The RFP Database
New business relationships start here

Infra-Red Heating Systems


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

 

This is a Sources Sought as part of the market research process. This notice is not to be construed as a commitment by the Government. This notice is for planning and information purposes only. The Government is under no obligation to pay for information submitted in response to this Sources Sought. All the information submitted will be considered and treated as public information. The vendor should not include any pricing or proprietary information. This is not a Request for Proposal or Quote; therefore, responses to this notice will not be accepted as offers.


 


The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various business concerns that might be interested to compete. The type of solicitation issued may be a total small business set-aside. The Government must ensure there is adequate competition among the potential pool of responsive contractors. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.


 


The 366th Contracting Squadron at Mountain Home Force Base, Idaho, is seeking to identify potential sources qualified to install infra-red heating systems at multiple facilities. Work will include installing Infra-red (IR) heating systems maintain temperature in hangars and high bay areas during colder weather periods in support of the flight line mission.  These systems are the old style heaters which run at full throttle or off. Some facilities have existing or minimal controls for monitoring / setting operational parameters.  Also, there are no variable speed fans with correlating gas supply.  This project replaces existing IR heater assemblies & interfaces with existing control systems.  A list of all facilities is found in Appendix A-1, Table 1.  The project is designed to take advantage of newer technology that modulates fan speed and gas flow, more efficient burner assemblies, double skin insulated reflectors, and pre-heated combustion air heat exchangers which are characteristics of newer IR heating units.  This is a performance based Energy Resiliency Conservation & Investment Project (ERCIP) with the requirement to reduce energy, and it shall include measurement / verification once the project is completed. 


 


The magnitude of the anticipated contract is valued between $1,000,000.00 and $5,000,000.00. It is anticipated that the contract will be a Firm Fixed-Price type contract that will have a 120 day period of performance.


 


NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:


 


The anticipated North American Industry Classification System (NAICS) for this requirement is 238220, with the corresponding size standard of $15.0M.


 


INFORMATION AND INSTRUCTIONS:


 


366 Contracting Squadron is requesting all interested and qualified firms respond to this sources sought notice with the following information. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents must include the following information within their statement of capability packages:


 

•a.       Company Information: your Company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov.

 

•b.      A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above.  Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name.  


 

•c.       Bonding capacity per contract and aggregate.


 

•d.      Capability packages shall be one electronic copy. Capability package files should be in

MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages should contain UNCLASSIFIED material only.


 

•e.       Capability packages must be received no later than 4:00 pm (MST) on June 7, 2019. Oral communications ARE NOT acceptable in response to this notice.

 

•f.        Capability package responses shall be sent via email to austin.breault@us.af.mil.

 

This sources sought should not be construed as a commitment by the Government for any purpose.  Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research.  Please be advised that all submissions become Government property and will not be returned.  Questions on this notice shall be submitted via email to Austin Breault, Contract Specialist, austin.breault@us.af.mil.

Austin A. Breault, Phone 2088281950, Email austin.breault@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP