The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction project:
Sustain/Repair AHUs- E Fairchild Hall: The purpose of the project is to upgrade air handling units (AHU's) in 3 ground floor mechanical rooms. Most of the AHU systems in Bldg 2354, Fairchild Hall are original to the building and in operation since approximately 1960. They are also "Combo" coils which provide cooling or heating, but do not switch automatically. The "Combo" system is converted to heating in September and converted to cooling in May. The HVAC consists mainly of air handling units and reheat coils serving spaces. Reheat coils were retrofitted with VAV boxes in the early 90s. The building is served by the Central Heat Plant which provides high temp hot water of up to 400 degrees. The chilled water is generated at the Fairchild Hall chiller plant, with cooling towers located at the Aero Lab. This project will upgrade AHU equipment in mechanical rooms: 1-B43, 1-E9 and 1-H15, consisting mainly of 17 existing air handling units and associated equipment. Replacement air handling units number only 15, since 2 existing will not be replaced. Most piping and ductwork insulation is original and may contain asbestos.
General Description:
a) Perform HVAC upgrades to 17 air handling units in 3 ground floor mechanical rooms.
b) Demolish existing ducted units, and replace with new units.
c) Work includes the following: HVAC demo, HVAC ductwork, HVAC piping, Electrical wiring, ACM abatement, HVAC balancing.
d) Estimated duration of work is 400 days, with temporary heating or cooling for offline air handling units.
e) New LED lighting will be installed in mechanical rooms.
f) New code compliant entry stairs and scissor type mechanical equipment lifts will be installed.
g) Exhaust fan replacement and cleaning of connected ductwork is also included.
h) There may be an option to replace 4 other air handling units.
All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation. All businesses capable of performing this project are invited to respond. Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. A firm fixed price construction contract is anticipated to be awarded to one contractor.
All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked "PROPRIETARY INFORMATION". Responses should be limited to ten (10) pages.
Interested businesses shall provide the following information:
1. Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number.
2. Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc.
3. Statement of capability to be bonded (both performance and payment bonds). The statement should indicate your company's single and aggregate bonding capability.
4. Contractor's capability to perform a contract of this magnitude and complexity. Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.) Include your customer's name, address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor. If you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work.
5. Any other appropriate written information and/or data supporting your capability to complete a project of this type.
6. Feedback on the following questions:
a. Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work?
b. Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work?
c. Are manufacturer or installer certifications typical for this type of work?
d. What other industry standards exist for this type of work?
e. What is the typical labor mix for this type of work?
f. Does your firm typically provide bid guarantees with the submission of proposal?
g. Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement. If yes, please explain.
If your firm is capable and qualified send the required response in writing to the primary point of contact (POC) indicated within this announcement. Responses are due no later than 1 May 2018, 2:00 p.m. Mountain time by e-mail. Questions and responses should be addressed to the primary contact, Kurt Brunnemer, Contract Specialist, 719-333-8921 or [email protected], or the alternate point of contact, Aaron Vollbracht, Contracting Officer, 719-333-4761 or [email protected].
Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows:
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone Number: 719-333-2074
FAX: 719-333-9018
Email: [email protected]