W912BV24RCR04 – Sources Sought – REPAIR HVAC SYSTEM AND ROOF, B402, SHEPPARD AFB, TEXAS

May 4, 2024 | Sources Sought

SOURCES SOUGHT

For

REPAIR HVAC SYSTEM AND ROOF, B402, SHEPPARD AFB, TEXAS

This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS.  No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests.  Respondents will be notified upon request following the sources sought evaluation results.

The U.S. Army Corps of Engineers (USACE) – Tulsa District (SWT) is conducting market research for an anticipated two-phase design-build contract to be procured in accordance with FAR Part 15, Contracting by Negotiation, using the best value trade-off process and intends to solicit Phase 1 proposals on or about July 2024.  The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research.

This project will replace the entire mechanical system throughout Building 402 that serves 87,510 total square feet within this 3-story building.  New units will be chilled water/hot water that replace existing packaged DX refrigerant multi-zone RTU’s.  Due to limited space for a mechanical room, the new system shall consist of roof mounted VAV air handling units using chilled water/hot water coils and hot water reheat (4-pipe system) coupled with a ground mounted self-contained chiller/boiler plant using a water cooled chiller with evaporative cooling tower and high efficiency natural gas condensing boilers.

The work includes, but is not limited to:

a.  Provide complete architecture-engineering design package to replace the existing multi-zone RTU’s with a new 4-pipe hydronic VAV HVAC 3 system throughout the building.

b.  Design and install a new variable air volume (VAV) HVAC system using packaged Roof Top Units, utilizing chilled water temperatures capable of humidity control, hot water heating coil and reheat coils serving all spaces to provide fully conditioned building.  If all equipment cannot be roof mounted due to interior space limitations, and eliminates the need for a new chase, locating a portion of the HVAC units for the first floor on the ground with screening (replacing existing) will be acceptable.  Outside air intakes shall be 10’-0” AFG.

c.  HVAC work includes removal and replacement of existing controls with new Direct Digital Controls.  Provide additional ventilation in restrooms.  The electrical system includes the facility’s entire secondary distribution system as well as the pad-mounted 1000kVA service transformer providing power to the facility.

d.  Replace the existing built-up (tar & gravel) roof at 29,185 square feet.  The preliminary expectation is replacement with white EPDM rubber roofing membrane.  USACE will need to consult a contractor perform a preliminary investigation of roofing underlayment, including core samples to determine thickness and condition of ballast covering, membrane, insulation, and deck substrate.

e.  Building 402 will be occupied and in operation during construction and the performance period of this contract.  The construction in the facility shall be completed by floor in three phases.  The floor currently under construction will be un-occupied during the construction phase.  All other floors will be occupied. Phase 1 shall consist of all construction related items on the 3rd floor of the facility.  Phase 2 shall consist of all construction related items on the 2nd floor of the facility.  Phase 3 shall consist of all construction related items on the 1st floor of the facility.

The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and relevant experience of all business size standards to provide construction for work assigned to USACE Southwest Division (SWD) as well as USACE national initiatives, international, & interagency support.  The Government must ensure there is adequate interest and competition among the potential pool of responsible firms.  Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Businesses (LB) are highly encouraged to respond to this sources sought.

In accordance with FAR 36.204 and DFARS 236.204, the estimated construction price range for this project is between $10,000,000 and $25,000,000.

The North American Industrial Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.  Small Business firms are reminded under FAR 52.219-14(e)(4), Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of a similar concern.

Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that a firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded.

Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.

Note that firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts.

Firms responding to this Sources Sought must provide an Experience/Capabilities Statement (not to exceed 5 pages).

EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 

1.  The Experience/Capabilities Statement shall be submitted in PDF format with the following file name convention: ACME_SS W912BV24RCR04_EXP STATEMENT.

2.  Provide Firm’s name, address, point of contact, phone number, e-mail address and business CAGE Code, as well as Unique Entity Identifier (UEI).  Provide Firm’s Business Size — LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.

3.  Firm’s interest in bidding on the solicitation when it is issued.

4.  Firm’s capability to perform a contract of this magnitude and complexity.  Include the firm’s capability to perform the design and phased installation of a new variable air volume (VAV) HVAC system using packaged Roof Top Units on an occupied facility and replace a roof with white EPDM rubber roofing membrane.

5.  Provide comparable work within the past 5 years.  Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project.  Provide at least 3 examples.

6.  Firm’s Joint Ventures (existing), including Mentor Proteges and teaming arrangement information is acceptable.

7.  Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.

8.  A list of current or past projects within the last eight years [at least three (3) but no more than five (5)] demonstrating technical experience with work of a similar scope and nature to that listed in the above Summary Scope of Work.  For each project submitted, provide a brief narrative statement of the work involved, your firm’s role in the project, the dollar value and the completion date.  The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years.

Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Cheyenne Redemann at [email protected]; phone number (918) 669-7073.

PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED.

Email your Experience/Capabilities statement to [email protected].

NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.

THIS SOURCES SOUGHT CLOSES ON 03 June 2024 at 1100 CDT.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.