FBO Notice Date 11/06/19
BIDS Reference Number 162
Document Type: Presolicitation
Construction Of Structures And Facilities

Department of the Air Force, Air Mobility Command, 436th CONS, 19902-5639

Y -- Repair B502 HVAC, Elevator, and Roof Sources Sought SOL FA449719RHE_R DUE 112019 POC John P. Porter, Contract Specialist, Phone 3026774969, Fax 3026772907, Email john.porter.23@us.af.mil - SHARON D. M. FRASIER, Contract Specialist, Phone 3026775218, Fax 302 677-2309, Email sharon.frasier.1@us.af.mil

The 436th Contracting Squadron at Dover Air Force Base, DE is conducting this Sources Sought/Synopsis to inform interested offerors of the potential futureopportunity to Repair B502 HVAC, Elevator, and Roof and to identify small business firms registered under North American Industry Classification System (NAICS)code 236220 - Commercial and Institutional Building Construction - size standard $39.5 Million, who possess the capabilities to provide design-build construction services as specified below. If your firm is interested in this requirement, is a qualified small business and has performed similar projects of this scope and magnitude, request yourfirm provide the information requested below. Organizations not considered a small business should not submit a response to this notice. The magnitude of the project is between $500,000 and $1,000,000.

JOB DESCRIPTION:

ROOF

•C. Refinish all areas where snow retention devices previously were in accordance with the roof manufacturers approved system forrestoring Galvalume and polyvinylidene coating (approx.320 SF).

•D. Evaluate the need for snow guards and/or fences in cold climates, considering roof slope and anticipated snowfall, and provide design for guards over entryways, pedestrian walkways, andparking areas. Also, provide guards where one roof eave is above another roof. On roofs with slopes of 10:12 or greater, install a snow fence at the eave. Continuous snow guards around the building perimeter and above all roof penetrations are required.

•E. Design and install snow retention system with ice guards (minimum quantity approx. 320 LF).

HVAC

•A. Remove existing N 60 ton chiller #2.

•B. Replace N 60 ton chiller #2 with new Trane Model CGAM 052F 2Q02 AXD2 A1A1 A1AX XA1C 1A2X XXXX XA1A 3A1D 1XXC XXWX 52 tonnominal chiller with R-410A refrigerant. The new chiller must be comm 5. Include 143 gallon non-ASME load tank, heat trace and insulation, 5 year compressor parts warranty.

•C. Install new wires, add chiller plant controls, and ensure that all of the points are tied into the frontend of the Energy Management and Control System (EMCS) in B615 and set up graphics for new chiller #2. Test to verify all comm linksare operational and function as designed.

HVAC Tower

•A. Replace ¾ inch capped hose adapter ball valve on level 6.

•B. Repair leak at circuit setter on level 6.

•C. Repair heater connections at CUH-3 on level 4.

•D. Fill system with proper level of glycol concentration to protect from freezing down to +10 degrees F.

ELEVATOR

•A. The contractor shall not begin demolition of the existing elevator until submittals for the replacement elevator are approved by the Government and the new elevator, components and equipment required for installation are on-site.

•B. Remove existing seven (7) story elevator system.

•C. Replace seven (7) story elevator with new current production model elevator. The new elevator shall have a minimum capacity of 2500 lbs, a minimum velocity of 350 feet per minute (fpm) and capable of minimum four (4) stops (1st, 3rd, 5th and 7th floors).

•D. The elevator controls must integrate with the fire alarm system in accordance with National Fire Protection Association (NFPA) 72 and Unified Facilities Criteria (UFC) 3-600-01.

•E. The contractor shall minimize the downtime of the elevator to the maximum extent possible.

•F. Provide elevator manufacturer life-cycle (20 years) replacement wearing parts.

As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.

This notice shall not be construed as a RFP or as any commitment or obligation onthe part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request; therefore, proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

Response is strictly voluntary - it is not mandatory to submit a response to thisnotice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.

Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought/Synopsis.

All firms must be registered with the System for Award Management (SAM) in order to receive a future award. Registration information is available at http://www.sam.gov/ or telephone 1-866-606-8220.

Submission Instructions:

Interested parties should return responses to requested information listed below no later than 4:00 PM EST on 20 November 2019 to John Porter viaemail at john.porter.23@us.af.mil. Telephone and fax requests will not be honored.

POCInformation: John P. Porter, Civ, USAF Contract Specialist Comm: (302) 677-4969.

Your response must include the information requested below.

Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm's qualifications and capabilities to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, thefollowing:

•A. Company Profileto include:

•1. Company name and address;

•2. Affiliate information: parent company, joint venture partners, and potential teaming partners;

•3. Year the firm was established, average annual receipts, and number of employees;

•4. Total Bonding capacity/Bonding capacity per project;

•5. Two points of contact (names, titles, phone numbers and email addresses);

•6. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/

•7. Small Business designation/status (must correlate with SAM registration):
Small business _____
HUBZone _____
WOSB _______
8 (a) _______
VOSB ______

SDVOSB ______
SDB _______
Other _________

CITE: https://www.fbo.gov/spg/USAF/AMC/436CONS/FA449719RHE_R/listing.html

SET-ASIDE: Total Small Business