Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

Z -- B22 HVAC Repair - 2023

Notice Date
1/24/2023 12:49:25 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
 
ZIP Code
88103-5321
 
Solicitation Number
CZQZ1311492023
 
Response Due
2/2/2023 1:00:00 PM
 
Point of Contact
Curtis Lipsy, Phone: 5757844305, Patricia Thatcher, Phone: 5757842880
 
E-Mail Address
curtis.lipsey@us.af.mil, patricia.thatcher@us.af.mil
(curtis.lipsey@us.af.mil, patricia.thatcher@us.af.mil)
 
Description
1. The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows: 2. Description of Services: The scope of work includes a repair by replacement of multiple HVAC components at B22, Aircraft Maintenance Fabrication Facility. Construction Drawings for all work shall be provided by the contractor to be approved by the Government before work start. Work includes but is not limited to demolition and replacement of three air handling units, nineteen duct heaters, eight-unit heaters, and two pumps. Work also includes installation of two condensing units, full duct cleaning and sealing, HVAC system test and balance, and minor installation of a new duct branch with diffuser. The Period of Performance (PoP) duration is not to exceed 120 calendar days after Notice to Proceed (NTP). a. NAICS: 238220 - Plumbing, Heating, and Air-Conditioning Contractors b. PSC: Z2AA - Repair or Alteration of Office Buildings c. S/B Size Standard: $16.5M d. Estimated Magnitude of Construction: Between $1,000,000 and $5,000,000 3. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. All attachments to this notice are draft and provided for informational purposes only. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees� regarding this project is prohibited. 4. The Capability Statement should include general information, past performance and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: a. Company Cage Code, Unique Entity ID, name, address, point of contact, telephone number and e-mail address. b. Bonding capability. c. Any small business status (8(a), HUB Zone, Disable and/or veteran-owned, women-owned, etc). d. Indicate your role as �Prime Contractor� and what functions for which you plan to self-perform as a percentage of the total and those which you intend to use subcontractors. e. If you indicated your roll will be a �Subcontractor� on Question 4, please indicate which functional areas you intend to cover. f. Indicate if your company primarily does business in the government and/or commercial sector. g. Indicate which NAICS code(s) your company usually performs under for government contracts. 5. For your business to be considered as a potential vendor for set aside purposes you must submit a Capability Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. 6. If your firm is capable of providing the requirements described above, please provide a Capability Statement to the contract administrator and contracting officer by the deadline indicated in this sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04e4b248e5cd4109827ddbf853acd4c4/view)
 
Place of Performance
Address: Clovis, NM 88101, USA
Zip Code: 88101
Country: USA
 
Record
SN06572357-F 20230126/230124230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.