Virginia Bids > Bid Detail

Boiler and HVAC Systems

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 44 - Furnace, Steam Plant, and Drying Equip, Nuclear Reactors
Opps ID: NBD00159199218835785
Posted Date: Mar 23, 2023
Due Date: Mar 31, 2023
Solicitation No: BATF20230323CSJR
Source: https://sam.gov/opp/754729a199...
Follow
Boiler and HVAC Systems
Active
Contract Opportunity
Notice ID
BATF20230323CSJR
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
ATF ACQUISITION AND PROPERTY MGMT DIV
Office
ATF
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 23, 2023 07:06 am EDT
  • Original Response Date: Mar 31, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4410 - INDUSTRIAL BOILERS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Front Royal , VA 22630
    USA
Description

The Bureau of Alcohol, Tobacco, Firearms & Explosives is considering to replace a 60 Ton HVAC system that serves the training floor and the Boiler System that service the entire Canine Training Center Building in Front Royal VA. The two system are well past their service life and have become problematic and untrustworthy. The HVAC contains R22 Freon that has been phased out and increasingly expensive and difficult to acquire. The boiler system has become less efficient and utilizes #2 Fuel. We will convert the boiler to propane which is readily available and utilize variable flame boilers which are significantly more efficient and produce roughly half the greenhouse gas as #2 Fuel. This equipment has been requiring increasingly extensive maintenance support and needs to be replaced.





The project will be implemented using the North American Industry Classification System (NAICS) Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance



Specific objectives for such a project may include:



Development of this sources sought is at no up-front cost to the Government. The Statement of Work is hereby attached to this source sought notice.



The Bureau of Alcohol, Tobacco, Firearms & Explosives is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 811310 (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf), and has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.



As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.



This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.



Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.



Submission Instructions: Responses via e-mail are due March 31, 2023, 5:00pm EST. to Charles Strickland at Charles.Strickland_Jr@atf.gov and must include the information requested below. Please limit capability statement to 10 pages. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.



Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.



Qualified firms shall submit a statement of interest and capability statement on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:




  1. Company Profile to include:




  1. Company name and address;

  2. Affiliate information: parent company, joint venture partners, and potential teaming partners;

  3. Year the firm was established and number of employees;

  4. Two points of contact (names, titles, phone numbers and email addresses);

  5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/:

  6. Small Business designation/status (must correlate with SAM registration):



_____ Small business _____ HUBZone _____ WOSB



_____ 8(a) _____ VOSB



_____ SDVOSB



_____ Small Disadvantaged Business




  1. Documentation of the company’s ability to obtain financing for a contract valued between $1,000,000.00 and $5,000,000.00/.

  2. Bonding capability.

  3. List at least 3 current Government or commercial contracts in the last 5 years of similar size and scope that demonstrate your ability to perform the job successfully.





Include a brief statement as to why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners.


Attachments/Links
Contact Information
Contracting Office Address
  • ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
  • WASHINGTON , DC 20226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 23, 2023 07:06 am EDTSources 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 >