Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70LGLY19XXXB00003
Demo and Replace Boiler at B74 Sources Sought Notification THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTATION/PROPOSAL (RFQ/RFP). THIS SOURCES SOUGHT DOES NOT ...
Demo and Replace Boiler at B74 Sources Sought Notification THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTATION/PROPOSAL (RFQ/RFP). THIS SOURCES SOUGHT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS NOTICE SEEKS INFORMATION ON INSTALLINGS BOILERS Sources Sought Another purpose of this Sources Sought Notice/RFI is to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) companies; firms in Historically Underutilized Business Zones (HUBZone); Service-Disabled Veteran-Owned small businesses; and Women-Owned small businesses). FLETC welcomes responses from all interested parties. Sources Sought Response Requirements Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets and/or resumes) and must include: 1. A capability statement in response to each of the individual draft Statement of Work (SOW) requirements. 2. Description of the company's past performance and experience with Boiler replacement that is similar to the scope and size. And information (Government or commercial entity, contract/purchase amount, etc.) relating to each of the past performance descriptions. 3. Organization name, and telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 4. Customary practices, including warranties, discounts, and contract type(s) under which commercial sales of the products or services are made, if applicable and available. 5. DUNS number, CAGE code, and company structure (corporation, LLC, partnership, joint venture, etc.). 6. Written confirmation of registration in SAM (www.sam.gov). Offerors should be registered to be considered as a source. 7. Please provide the size classification of your business under the appropriate NAICS code. If you are classified as a small business, HUBZone small business, Service Disabled Veteran Owned small business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the range of requirements. 8. Please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting, for this requirement if you've identified your business as a small business. 9. Identification of any Government contractual vehicles available for use for this requirement, such as GSA Federal Supply Schedule contract numbers and GWACs by agency and contract numbers, if applicable. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FLETC's review of the information received. Additionally, the FLETC's does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, FLETC reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations. Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Any questions regarding this notice must be submitted in writing to Terrence D. Johnson at Terrence.Johnson@fletc.dhs.gov. Respondents must submit a capability statement and response requirements to Terrence D. Johnson at terrence.johnson@fletc.dhs.gov no later than the specified due date and time indicated on the Government Point of Entry (GPE) for consideration. Demo existing boiler FLETC shall provide images of equipment to be removed and points of disconnection/re-connection existing boiler to be placed on empty slab in BG0074 for future repair and use by others. Install new boiler Provide new boiler - Cleaver Brooks FLX 200 or equivalent dual fuel (fuel oil, natural gas). Contractor shall provide all fittings and piping required to connect to existing piping. New boiler shall meet all applicable boiler standards and codes. Contractor to connect new boiler to existing electrical and control system. Contractor to set up boiler controls to allow most efficient operation of new boiler.