Skip to main content

An official website of the United States government

You have 2 new alerts

Repair/Replace HVAC Systems, C &D Bays - Building 3

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Oct 02, 2024 11:02 am EDT
  • Original Published Date: Oct 01, 2024 01:59 pm EDT
  • Updated Response Date: Oct 16, 2024 03:00 pm EDT
  • Original Response Date: Oct 16, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 31, 2024
  • Original Inactive Date: Oct 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1NB - CONSTRUCTION OF HEATING AND COOLING PLANTS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Rome , NY 13441
    USA

Description

The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Business (SB), Small Disadvantaged Business (SDB), and Veteran Owned Small Business (VOSB) sources for furnishing all labor, equipment, devices and materials and performing all work required to repair/replace HVAC Systems. The work to be performed includes:  Hazardous Material Abatement, Site Work, General Construction Work, Furnishings and Equipment Work, Fire Protection Work, Plumbing Work, Mechanical and HVAC Work, Electric Work, Fire Alarm Work, and incidental related work, as indicated in the construction documents.

Note: this is a “sources sought” for planning purposes only. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future solicitation.

If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the Contractor agrees that it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.

The solicitation will be conducted under NAICS code 238220 with an associated small business size standard of $19,000,000 average annual revenue.  No set-aside determination has been made.

DESCRIPTION

Capable sources are sought to repair/replace HVAC Systems at the Air Force Research Laboratory, Rome Research Site, Rome, NY. The anticipated period of performance is 18 Months.

The contractor shall furnish all labor, equipment, devices and materials and performing all work in accordance with the Technical Specifications and Drawings.

The work to be performed includes but is not limited to the following:  Hazardous Material Abatement, Site Work, General Construction Work, Furnishings and Equipment Work, Fire Protection Work, Plumbing Work, Mechanical and HVAC Work, Electric Work, Fire Alarm Work, and incidental related work.

The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards.

The attached DRAFT Technical Specifications (Attachment 1) and Drawings (Attachment 2) provide further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work.  Interested offerors are encouraged to review the attachments and provide comments and/or questions.

RESPONSE PROCEDURE


Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 16 October 2024:

(1) a positive statement of intent to submit a proposal for this solicitation as a prime contractor.  Include a description of how the 75% requirement would be met.  Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for;

(2) dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, and/or VOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);

(3)  Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice.  Include such information as contract requirements, contract amounts, performance periods, and points of contact. 

All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB concerns.  Failure to submit all information requested may result in a contractor being considered ‘not interested’ in this requirement.

Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Jennifer Calandra, jennifer.calandra@us.af.mil, with an email copy to Mr. John Haberer, john.haberer@us.af.mil, and Mr. Michael Graniero, Small Business Professional, michael.graniero@us.af.mil.

Point of Contact:

Jennifer Calandra

Contract Specialist,

Email: jennifer.calandra@us.af.mil

NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov.

This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • USA

Primary Point of Contact

Secondary Point of Contact





History