Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
MODIFICATION

99 -- Construction of NAISC District Cooling Plant at WPAFB, OH

Notice Date
7/14/2025 10:35:13 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-DCP-WPAFB
 
Response Due
7/28/2025 10:00:00 AM
 
Archive Date
07/29/2025
 
Point of Contact
Ranzel L. Merideth
 
E-Mail Address
Ranzel.l.merideth@usace.army.mil
(Ranzel.l.merideth@usace.army.mil)
 
Description
W912QR-25-DCP-WPAFB 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 Small Business and you are interested in this project please respond appropriately. Project Location: Wright Patterson Air Force Base (WPAFB), in Dayton, OH. Project Description: This project is for the design/bid/build construction of an approximately 17,135SF one story new chilled water District Cooling Plant (DCP). The DCP will be an unoccupied one-story building. The exterior fa�ade is to be pre-cast panels. Construction option of a new parking area to replace existing parking that will be lost due to the boundaries of the new building. This project will be located in Area A of Wright Patterson Air Force Base (WPAFB) in Dayton, OH. The DCP will consist of four 675-ton chillers to provide for the existing 2000 tons of load with N+1 capacity. Space, but not equipment, will be provided for the 500-ton energy recovery chiller for the Installation Support Facility (ISF) and for one additional 675-ton chiller. A 2500kVA electrical switchgear and 4000A transformer will be required to support the four base 675-ton chillers. Space for transformers, switchgear, and conduits will be included for the future 500-ton ISF chiller. The cooling towers will be stainless steel, open crossflow units with above ground basins to match chiller capacity at N+1. Space will be provided for future chiller tower additions. Water softening treatment will be installed in the DCP and will feed the DCP and will back feed existing facilities. Contract duration is estimated at 900 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 238220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Monday, July 14, 2025 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions on up to three (3) projects completed by you as the prime contractor or if the firm is a Small Business, they can provide Past Performance of affiliates in accordance with DFARS 215.305(a)(2)(C). Submissions of Past Performance from affiliates shall include documentation of the affiliation to the offeror. To be relevant the projects submitted should be greater than 95% construction complete or completed within the last 8 years and are similar to this project in scope and size. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. 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. Projects similar in size and scope to this project include new construction of Three 500-ton chillers and associated cooling towers 2500kVA transformer and 4000A switchgear and associated electrical equipment. Provided a minimum of 125 tons of temporary cooling to support multiple occupied zones during construction. NOTE: Renovation will not be considered similar. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project Scope of the project The dollar value of the construction contract The percentage of work that was self-performed as project and/or construction management services or physical construction type work. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; 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. Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/wzVGxqh6Wb or via the QR Code provided below. 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 for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc0de0c5451342538b1b90035a15bc8d/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN07507811-F 20250716/250714230045 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.