Replace the existing Area A Line C High-Temperature Hot Water (HTHW)/Steam heating system with gas-fired heating system
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, cert... 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. The proposed project is a design, bid, build requirement. The proposed project is a Design-Bid-Build to replace the existing Area A Line C High-Temperature Hot Water (HTHW)/Steam heating system with gas-fired heating systems serving Headquarters Air Force Materiel Command (HQ AFMC), Tenant, Visiting Officer Quarters (VOQ), and 88th Air Base Wing (88 ABW) F/10840 facilities at Wright-Patterson AFB, OH. The project's scope will require the contractor to remove/abandon all existing degraded central steam heat distribution systems and all associated equipment to HQ AFMC, Tenant, VOQ, and F/10840. Scope also requires the contractor to provide new gas-fired boilers with direct digital control (DDC) controls, new building/mechanical space and all utilities required to support gas boilers, new natural gas lines with smart meters and regulators, and all associated and required piping, valves, and equipment to connect to existing heating distribution systems within the facilities. The project will require the installation of up to ten (10) new boilers. The new boilers shall be as efficient as possible without major modification of the downstream system. Modify existing utilities to accommodate new boilers. Work includes the demolition of existing steam to hot water heat exchangers and low pressure steam reducing stations. Project will also include experience in ICD 705 construction, sensors/intrusion detection systems, Building Information Modeling software, and fire protection equipment. Due to the sensitivity of this project, all Solicitation materials will be provided via a secure site upon issuance. Potential offerors will (1) have to verify that the company is US-owned and personnel are US Citizens and (2) verify that they are currently certified in the Joint Certification Program run by DLIS in order to receive Solicitation materials. Information on this program is available at www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx. Potential offerors are encouraged to begin the registration process now as it may take 6-8 weeks for new registrants. Contract duration is estimated at 730 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 6 August 2019 by 1:00 p.m. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. 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. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: renovation projects in areas utilizing gas-fired boilers with direct digital control, piping, metering, and connection to existing facilities heating systems. The renovation must include the installation and removal of boilers. Please note: new construction will only be considered similar if there is also a renovation component. b. Projects similar in size to this project include: projects with a single boiler size of at least 10 MBTU (Note: Multiple Boilers may NOT be combined to meet the similar in size requirement). c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. 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 (DEVIATION 2019-O0003); 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 to Kelly.B.Maxwell@usace.army.mil. If you have questions please contact Ms. Maxwell at Kelly.B.Maxwell@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 from responses to this market survey.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »