Ohio Bids > Bid Detail

Wright-Patterson AFB Air Handling Units

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159868973256709
Posted Date: Nov 10, 2022
Due Date: Nov 25, 2022
Solicitation No: W912QR-22-AFB-Dayton
Source: https://sam.gov/opp/c93a810203...
Follow
Wright-Patterson AFB Air Handling Units
Active
Contract Opportunity
Notice ID
W912QR-22-AFB-Dayton
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 10, 2022 10:45 am EST
  • Original Response Date: Nov 25, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Dayton , OH 45433
    USA
Description

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately.



Project Location: Wright-Patterson AFB, Dayton, OH



Project Description: Facility 10856 was constructed in 1975. Facility heating, ventilating, and cooling (HVAC) systems are antiquated and failing. The air handling units and mix boxes are over 25 years old and require a life cycle replacement to ensure reliable climate control. This design/bid/build project includes the replacement of AHU-5 and associated mixing boxes; as well as ancillary work to improve working conditions throughout. Work also includes modernization and reconfiguration of this office area (33,400 SF) by replacing and rearranging partitions, doors, frames, hardware, wall and floor finishes, lighting, electrical distribution, including conduit, conductor, outlets, and the communications system.



Project will comply with Intelligence Community Directive (ICD) 705 requirements, as well as standards established in UFC-3-410-01 (HVAC Systems), UFC 3-401-01 (Mechanical Engineering), UFC 3-520-01 (Design, Interior Electric Systems), UFC 3-530-01 (Design, Interior & Exterior Lighting and Controls), NFPA 13 (Standard for the installation of sprinkler systems), NFPA 101 (Life Safety Code), NFPA 70 (National Electrical Code) and other relevant Air Force and industry standards, with applicable versions as of the 35% design date of 03 May 2019.



Contract duration is estimated at 365 calendar days. The estimated cost range is between $5-10M. NAICS code is 238220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email no later than Friday, 25 November 2022 at 3:00 PM Eastern Standard Time.



Responses should include:




  1. Identification and verification of the company’s small business status.

  2. Contractor’s Unique Entity Identifier (UEI)) and CAGE Code(s).

  3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.

  4. Description of Experience – Provide descriptions your firm’s past experience up to three (3) projects with greater than 90% construction complete or those projects completed within the last five years which are similar to this project in size, and scope. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.

    A. Projects similar in Scope to this project included: Replacement of air handler, controls, and infrastructure system renovations, asbestos abatement, chiller distribution systems with associated controls, and interior renovation of secure, ICD 705-compliant facilities.

    B. Projects similar in size to this project include: Replacement of 28,500 CFM air handler and associated mechanical equipment and renovation of 15,000 sq. ft. interior secure, ICD 705-compliant space.

    C. Based on definitions above, for each project submitted include:

    i. Current percentage of construction complete and the date when it was or will be completed.

    ii. Size of the project

    iii. Scope of the project

    iv. The dollar value of the construction contract

    v. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed.

    vi. Whether the project was design build or design/bid/build

    vii. Identify the number of subcontractors by construction trade utilized for each project.


  5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.



NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.



Email responses and any questions to Donavon Waterbury at Donavon.j.waterbury@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.



NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.



All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.



Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.



Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.



To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).












Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 10, 2022 10:45 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >