Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912EP-19-Z-0032
AIR HANDLER UNITS MAINTENANCE SERVICES SOURCES SOUGHT SYNOPSIS The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research ...
AIR HANDLER UNITS MAINTENANCE SERVICES SOURCES SOUGHT SYNOPSIS The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Air Handler Units Maintenance Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220 $15.0 million. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors The Contractor shall provide emergency on-call service twenty-four (24) hours, seven (7) days a week as needed to maintain Air Handler operation and to respond to Air Handler outages and emergencies. A qualified repairperson shall arrive on-site within one (1) hour of notification. Repairperson shall insure they have adequate replacement parts to insure repairs can be quickly and adequately accomplished. Preventative and Emergency On-Call Maintenance of all USACE Air Handlers within the Prudential Building. Services include quarterly preventative maintenance on all Air Handler units within the building and emergency on-call maintenance on an as needed basis. Below is the location and model# of each Air Handler units to be serviced. Location 1W - UPS Room (floor mounted) Liebert Air Handler Unit #4 (Large Unit) Manufacturer - Power Ware Model UH248C-AAM Location 1W - UPS Room (floor mounted) Liebert Air Handler Unit #3 (Large Unit) Manufacturer - Power Ware Model UH248C-A00 Location 5W - Computer Room (floor mounted) Liebert Air Handler Unit #2 (Large Unit) Manufacturer - Emerson Model DH380AUAAEI AHU Serial - 529881-001 Location 5W - Computer Room (floor mounted) Liebert Air Handler Unit #1 (Large Unit) Manufacturer - Emerson Model DH380AUAAEI AHU Serial - 529881-002 Location 3W - PBX Room (ceiling mounted) A/C Cooling Unit (Small Split System Mini Unit) Manufacturer - Mitsubishi Model PC24EK1 Location 5W - Electric Closet 5Z (ceiling mounted) A/C Cooling Unit (large unit) Manufacturer - Carrier Model - 50AH-048-631 Serial - 4906V40659 Location 5E - Electric Closet 5V (ceiling mounted) A/C Cooling Unit Manufacturer - Carrier Model - 50AH-048-531 Serial - 3702G40538 Location 5E - Above ATM (ceiling mounted) A/C Cooling Unit Manufacturer - Carrier Model - 50AH036541 Serial - 0403G20408 Location 7W - Outdoor (rooftop mounted) Manufacturer - Power Ware Liebert Condenser Unit (Large Unit) Model CDF480CA Location 7W - Outdoor (rooftop mounted) Manufacture - Power ware Location Liebert Condenser Unit (Large Unit) Condenser, Liberty (Large Unit) Model CDF480CA Location 5E - Outside of Electrical Closet 5W (ceiling mounted) Manufacturer - Carrier A/C Cooling Unit (Large Unit) Model - 50AH-048-531 The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. Firm's response to this Synopsis shall be limited to four pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past (3) years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, 6. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services is invited to submit a response to this Sources Sought Notice by April 17, 2019 by 1200 P.M EST. All responses under this Sources Sought Notice must be emailed to Mr. Gerald Garvey at Gerald.l.garvey@usace.army.mil and Mr. Jesse Lugo at jesse.lugo@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Gerald Garvey at (904) 232-3055 or by email at Gerald.l.garvey@usace.army.mil. Jesse Lugo at (904) 232-1051 or by email at jesse.lugo@usace.army.mil.