Building 34 Chiller Replacement, DSCR Richmond
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159891875478696 |
Posted Date: | Nov 16, 2022 |
Due Date: | Nov 28, 2022 |
Solicitation No: | W9123623B5004 |
Source: | https://sam.gov/opp/ab0830ffca... |
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.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Nov 16, 2022 07:33 am EST
- Original Published Date: Nov 07, 2022 11:01 am EST
- Updated Response Date: Nov 28, 2022 12:00 pm EST
- Original Response Date: Nov 28, 2022 12:00 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
-
NAICS Code:
- 236220 - Commercial and Institutional Building Construction
-
Place of Performance:
Richmond , VA 23297USA
SOURCES SOUGHT
Building 34 Chiller Replacement, DSCR Richmond
This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice.
ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 236220.
Project Description:
The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Building 34 Chiller Replacement project at DSCR, Chesterfield County Richmond, Virginia.
The work would include demolishing Building 34 existing chilled water equipment, which includes but
not limited to: water cooled chiller, cooling tower, and pumps located in two mechanical rooms adjacent to the building entrance and replace with a similar capacity air cooled chiller with supporting equipment (pumps,
expansion tanks, piping system, air separators, etc.) and new electrical infrastructure support (feeder and branch circuit, disconnect switches etc.) extending from B34 to new equipment. The existing diesel generator
will be demolished and replaced with a new natural gas generator with Automatic Transfer Switch (ATS) to support back-up operation.
The air cooled chiller will be placed outdoor in the outdoor equipment area adjacent to the mechanical room. Existing electrical infrastructure to be demolished along with the existing equipment removed. Minor
modification to the building structure/site work will be needed to allow removal of existing equipment and installation of new equipment in mechanical rooms and outdoor equipment yard including but not limited to:
capping roofing penetrations after cooling tower is removed, wall demolition and new work, removing existing concrete equipment pads, and new underground gas piping for gas generator.
The anticipated Period of Performance is 180 calendar days.
The Contracting Officer has classified this requirement as Construction of Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. In accordance with DFARS 236.204(i), the magnitude of construction for this project is between $1,000,000 and $5,000,000.
Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought.
THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.
It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey.
Response Requirements:
1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses.
2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program.
3. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).
4. Provide a narrative indicating the primary nature of your business. Responses shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location.
5. Description of Experience – Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience.
Based on definitions above, for each project submitted include:
a. Current percentage of construction complete and the date when it was or will be completed.
b. Scope of the project
c. Size of the project
d. Dollar value of the project
e. The portion and percentage of work that was self-performed
The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought.
The project is located near areas available for work during regular working hours (7:00am to 4:30pm). No holiday work is anticipated.
This Sources Sought Announcement is not a request for competitive proposals. Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries. All questions and correspondence shall be directed via email at Jack Bass at Jack.B.Bass@usace.army.mil and a copy to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil
Responses:
All responses to this announcement may be sent electronically to Jack Bass at Jack.B.Bass@usace.army.mil and Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil later than 12:00 p.m. EST, 28 November 2022.
Primary Point of Contact:
Jack Bass
Contract Specialist
Jack.B.Bass@usace.army.mil
O: 757 201-7385
F: 757-201-7183
USACE District, Norfolk
Secondary Point of Contact:
Nicholas Lizotte
Contracting Officer
Nicholas.lizotte@usace.army.mil
O: 757-201-7310
F: 757-201-7183
USACE District, Norfolk
- KO CONTRACTING OFFICE 803 FRONT STREET
- NORFOLK , VA 23510-1096
- USA
- Jack Bass
- Jack.B.Bass@usace.army.mil
- Phone Number 757-201-7385
- Nicholas Lizotte
- nicholas.lizotte@usace.army.mil
- Phone Number 7572017310
- Nov 16, 2022 07:33 am ESTSources Sought (Updated)
- Nov 07, 2022 11:01 am EST Sources 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.