The RFP Database
New business relationships start here

Repair HVAC AHUs, Piping, and Controls in the Administrative area of Bldg 3001


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

AFSC/PZIOC Tinker Air Force Base (TAFB), Oklahoma is publicizing this SOURCES SOUGHT notice to gather industry information with respect to an emergent Design/Build construction effort to Repair HVAC AHUs, PIPING, and Controls in the Administrative area of Bldg 3001 at Tinker AFB, OK. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for release of a solicitation package and/or any updates and/or amendments.

The Government is seeking to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein. The following North American Industry Classification System (NAICS) code applies to this request of information: 238220 (Plumbing, Heating, and Air-Conditioning Contractors). The size standard for this NAICS code is $16.5M.
Project to include but not limited to: Design and construct complete replacement of AHUs A7L, A7U, A8L, A10U, A16L, P220, P221, and P225. Scope to include both hydronic and air flow balancing, control system upgrade and reprogramming, ductwork and ductwork cleaning, and supplying temporary heating and/or cooling to users. This aggregated repair project request includes identified AHUs and controls and piping to produce complete and useable facility.
The remaining AHUs within B3001 administration area: AHUs A1L, A1U, A2L, A2U, A3L, A3U, A4L, A4U, A5L, A5U, A6L, A6U, A8U, A9L, A9U, A10L, A11L, A11U, A12L, A12U, A13L, A13U, A14L, A14U, A15L, A15U, A16UN, A1, A2, A3, A4, A5, A6, A7, A8, A9, A10, PKG-A1, PKG-A2, and PKG-A3 will require repair to provide reheat capability for adequate humidity control. Scope to include both hydronic and air flow balancing, ductwork and ductwork cleaning, control system upgrade and reprogramming, and supplying temporary heating and/or cooling to users.
The mechanical systems will need to be modified in order to provide improved humidity control to the B3001 Administration Office Areas. 1)Add reheat capability to each air handler, 2) Modify heating water system to accommodate reheat capability at each air handler (extend piping etc.), 3) Replace and resize as required the chilled water system to ensure adequate cooling at each air handler, 4) Extend and Upgrade as needed existing control system at each air handler including programming of new control sequences, commissioning, and testing new controls system and sequences, and 5) Commission, test and rebalance the heating and cooling system (hydronic systems) to meet the new and modified changes to the systems, 6) Provide duct cleaning and replacement of existing duct dampers, and 7) Test and balancing of the air flows through the air handler and air distribution systems.


All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that that a single award. The overall project value is still under consideration; however, at this point the magnitude of construction is between $10M to $25M.


If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to:


Joseph L. Sachleben (405)739-7568
AFSC / PZIOC, 7658 5th St, Ste 1, Tinker AFB, OK 73145;


Or via email to joseph.sachleben.1@us.af.mil no later than 3:00 PM CDT, 5 November 2019.


Capability Statements shall be limited to five (5) pages, Times New Roman, and 12 Font. At a minimum capability statement shall state skills, experience, and knowledge required to perform this type of work. Include the following:


1. Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code, and DUNS Number.


2. Company's business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman-Owned Business).


3. A listing of relevant government/private industry contracts held over the last six (6) years


4. Company's bonding capacity; single award capacity and an aggregate bonding capacity.


5. If you are a small business, would you consider submitting a proposal as a prime contractor?

6. What is the minimum and maximum dollar value project for which your firm would consider submitting a proposal?

7. What are the most critical criteria that would distinguish one company's capabilities from another? Explain.

8. Do you have any other comments or suggestions that you would like to share with us?


Joseph L. Sachleben, Contracting Officer, Phone 4057397568, Email joseph.sachleben.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP