North Dakota Bids > Bid Detail

Aircraft Maintenance Facility Bldg. 649 - Sources Sought - HVAC Chillers

Agency:
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159810091251801
Posted Date: Nov 29, 2023
Due Date: Dec 13, 2023
Source: https://sam.gov/opp/9f9846f825...
Follow
Aircraft Maintenance Facility Bldg. 649 - Sources Sought - HVAC Chillers
Active
Contract Opportunity
Notice ID
W9128F24R0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 29, 2023 03:03 pm CST
  • Original Published Date: Nov 29, 2023 02:40 pm CST
  • Updated Response Date: Dec 13, 2023 02:00 pm CST
  • Original Response Date: Dec 13, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 28, 2023
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4130 - REFRIGERATION AND AIR CONDITIONING COMPONENTS
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Grand Forks AFB , ND
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR TRANE BRAND HVAC CHILLER SYSTEMS – BUILDING 649 RENOVATIONS GRAND FORKS AFB, ND







INTRODUCTION





The US Army Corps of Engineers, Omaha District, Contracting Office, is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide HVAC chiller systems. HVAC Chiller system is required for Phase 2 design-build (construction) contracts at Grand Forks Air Force Base, ND. The project renovation/construction of Aircraft Operations Facility (AOF) and the Aircraft Maintenance Facility (AMF) to accommodate the Disaster Resiliency Facility.





The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may include specifications regarding the HVAC chiller system, or, if justified by market research a brand name Justification and Approval. USACE intends to issue one design-build construction contract. The solicitation is anticipated to be full and open competition. The magnitude of construction is expected to range between $25,000,000 and $100,000,000.





This sources sought is specific to the HVAC chiller systems required for these projects.





NOTE: The Air Force has an approved class J&A for Trane Inc Brand Name HVAC chiller systems. A copy of that class J&A is attached. This is a supplementary market research effort conducted by the Army to support these specific projects.





Given the high percentage of HVAC chiller systems currently on the Installation, technicians have significantly more experience and familiarization working with their equipment than other manufacturers. Due to proprietary rights technicians cannot work on other equipment causing the Civil Engineering (CE) Squadron to hire outside agencies to repair inoperable systems at an additional cost to the organization.





Grand Forks Air Force Base (AFB) has all the equipment and software to repair HVAC chiller systems with 24/7-hour customer service support.





DISCLAIMER





THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





PROGRAM BACKGROUND





The project referenced above is part of the Disaster Resiliency Program. The projects above vary in scope, magnitude, and complexity, but each may require installation of HVAC chiller systems This proposed brand name acquisition is integral to avoiding estimated costs in training expenses and efficiency improvements in mission performance not otherwise available under full and open competition. It is also required to assure the highest order of integration of these components between facilities.





These systems will be installed as integral components of these larger facility construction projects. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.





REQUIRED CAPABILITIES





The Government requires HVAC chiller systems. The intent of this Sources Sought is to assess the technology available in the HVAC chiller systems that could be applied to meet this requirement. As stated above, the Air Force currently has a class J&A approved for Trane Inc brand HVAC chiller systems. The Army is interested in additional market research, to supplement the Air Force market research, and identified any potential alternate brands of alarm that may be suitable for the Air Force’s needs.





Non-Developmental Item. The HVAC chiller systems should be a non- developmental item to the maximum extent possible.





Qualification. The HVAC chiller systems must be qualified and demonstrate compliance to the Air Force compliance requirements. Proof of qualification should be addressed in the response.





Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products.





SPECIAL REQUIREMENTS





Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.





ELIGIBILITY





The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y2AZ.





The applicable NAICS code for HVAC Chillers is 333415, Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing with a Small Business Size Standard of 1,250 employees. The product service code is 4130, Refrigeration and Air Conditioning Components.





SUBMISSION DETAILS





Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialists, Michele Renkema in either Microsoft Word or Portable Document Format (PDF), via email michele.a.renkema@usace.army.mil no later than 2:00 p.m. CST on 13 December 2023 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.





If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, website address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >