The RFP Database
New business relationships start here

Repair HVAC and CER


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

Repair HVAC (Heating Ventilation and Air Conditioning) and CER (Computer Equipment Room), Facility/20620

The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), HUBZone, 8(a), or Woman-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only.


The scope of this project involves the renovation and upgrade of approximately 2300 sq. ft. of space within facility 20620 in and around the existing mail room. Currently this space contains critical IT (Information Technology) infrastructure and communication equipment that serves adjacent facilities. Some communication equipment in the building will be relocated to the project space. The newly renovated space will contain a reconfigured mail room, computer equipment room and office space. The renovation of the space will be comprehensive with new flooring, raised flooring in the computer equipment room, partitions, doors, ceilings, architectural finishes, electrical distribution, lighting, communications, HVAC, and Fire protection.


SPECIAL REQUIREMENTS/CONCERNS:
The scope of this project requires the contractor to protect and maintain functionality of critical IT infrastructure with very limited outages while performing the work.


The anticipated period of performance is 160 days and the estimated magnitude is between $500,000 and $1,000,000.


The NAICS Code assigned to this acquisition is 236220 (Commercial and Institutional Building Construction), with a Size Standard of $36.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO or HUBZone). All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3).


All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 10:00 A.M. ET on 10 April 2017:


Please include the following in your Capability Package:
(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address;
(2) Your DUNS Number and/or CAGE Code;
(3) Date of HUBZone certification, if applicable;
(4) 8(a) certification, if applicable;
(5) Documentation of SDVOSB status, if applicable;
(6) WO must provide information IAW Federal Acquisition Regulation 19.1503;
(7) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages);
(8) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project;
(9) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated;
(10) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture.


Fax or e-mail responses will be accepted. E-mail to Jason.Passarella@us.af.mil or fax 937-257-2825. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 10 pages.


Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "PROJECT ZHTV140016". If sending attachments by e-mail, ensure only .pdf, .doc, or .xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a .zip or .exe file is attached, it may be deleted by the e-mail filters.




Jason D. Passarella, Phone 9375224576, Email jason.passarella@us.af.mil - James Bane, Contract Officer, Phone 9375224546, Fax 9372572825, Email james.bane.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP