The RFP Database
New business relationships start here

Repair HVAC Harmon Hall Arnold Hall


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

This announcement serves as a sources sought notice issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction acquisition at the United States Air Force Academy, CO. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation.  For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 238220, Other Building Equipment Contractors and the size standard is $15 Million.  The magnitude of construction is between $1,000,000 and $5,000,000.    

The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction project:

Repair HVAC - Arnold Hall and Harmon Hall:  Chilled water that is generated at Harmon Hall is supplied to Harmon Hall, Arnold Hall and Polaris Hall.  Cooling towers are located on Arnold Hall roof which is piped vertically and through tunnels to Harmon Hall.  Harmon Hall HVAC system consists of water cooled heat pumps which reject heat to the chilled water system via heat exchangers located in the basement of Harmon Hall.  This project will replace the cooling towers located on the roof of Arnold Hall.  The cooling heat exchangers at Harmon Hall will be upgraded to flat-plate type and various piping and controls will be upgraded.  A temporary air cooled chiller will be utilized during cooling tower demo and replacement.  Hazardous material testing was performed and results are included with project documents.

General Description:

•a)      Demo and replace cooling towers on Arnold Hall roof, including roof and structural work, except Siemens DDC.

•b)      Provide Siemens DDC which is required for facilitating work.

•c)      Repair HVAC located at Arnold Hall and not on the roof.

•d)      Repair HVAC located at Harmon Hall, including 200-ton temporary air cooled chiller.

All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation.  All businesses capable of performing this project are invited to respond.  Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran owned status, if applicable.  A firm fixed price construction contract is anticipated to be awarded to one contractor. 

All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award.  Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal. ; Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary.  The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked "PROPRIETARY INFORMATION."  Responses should be limited to ten (10) pages.   

Interested businesses shall provide the following information:
•1.      Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number.

•2.      Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc.

•3.      Statement of capability to be bonded (both performance and payment bonds).  The statement should indicate your company's single and aggregate bonding capability.  

•4.      Contractor's capability to perform a contract of this magnitude and complexity.  Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.)  Include your customer's name, address, telephone number, email address and points of contact with their phone numbers.  Indicate if you were the prime or subcontractor.  If you were a subcontractor, provide the name and point of contact for the prime contractor.  Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. 

•5.      Any other appropriate written information and/or data supporting your capability to complete a project of this type.


 •6.      Feedback on the following questions:
•a.       Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work?
•b.      Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work?
•c.       Are manufacturer or installer certifications typical for this type of work?
•d.      What other industry standards exist for this type of work?
•e.       What is the typical labor mix for this type of work?
•f.        Does your firm typically provide bid guarantees with the submission of proposal?
•g.      Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement. If yes, please explain.   


If your firm is capable and qualified, send the required response in writing to the primary point of contact (POC) indicated within this announcement.  Responses are due no later than 25 October 2019, 2:00 p.m. Mountain Time by e-mail.  Questions and responses should be addressed to the primary contact, Tiffany Cox, Contract Specialist, 719-333-0809 or tiffany.cox.4@us.af.mil, or the alternate point of contact, Steven Brinker, Contracting Officer, 719-333-8161 or steven.brinker.1@us.af.mil.

Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen.  The USAF Ombudsman contact information is as follows: 
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone Number: 719-333-2074
FAX: 719-333-9018
Email: james.anderson.72@us.af.mil


Tiffany Cox, Contracting Specialist, Phone 7193330809, Email tiffany.cox.4@us.af.mil - Steven D. Brinker, Contracting Officer, Phone 7193338161, Email steven.brinker.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP