SOURCES SOUGHT: Plumbing and Electrical Infrastructures – Hood River, OR

CONTRACT OPPORTUNITIES

Type of Notice: Sources Sought

Title: 12905B23SS0012 – Sources Sought for plumbing and electrical infrastructures

Description:

This is a Sources Sought notice Only.  This is NOT a solicitation for proposals, proposal abstracts, or quotations.  This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 238220.. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

ARS has purchased an autoclave and a nitrogen generator for its program in Hood River. The plumbing and electrical infrastructures must be updated to accommodate connection requirements for these two pieces of equipment.

  • For the autoclave, a hot water line shall be brought in from a nearby restroom, an electrical shutoff for the boiler must be installed at the autoclave, and three emergency stops must be installed (one at each of three nearby doors).
  • For the controlled-atmosphere storage system and nitrogen generator, two new 15 A circuits and two new 30 A circuits must be installed.

The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.

Capability Statement

All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.  Capability statements shall include the Contractors contact point to discuss their response.

The capability statement should include:

1)  Acknowledgement that they are able to provide the subject supplies/services being requested;

2) Interested vendors should identify their size standards in accordance with the Small Business Administration;

3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;

4) Any other information considered relevant to this requirement; and

5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.

Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work.  Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.  After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.

All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.

  • Original Set Aside: 
  • Product Service Code: K045 – MODIFICATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Ontario , OR 97914 USA

Full details via beta.sa.gov

SOURCES SOUGHT: COOLING TOWER WATER TREATMENT SYSTEM AT CUB – FERMILAB

CONSTRUCTION OF A COOLING TOWER WATER TREATMENT SYSTEM AT CUB LOCATED AT THE FERMILAB NATIONAL ACCELERATOR LABORATORY IN BATAVIA, IL.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1NZ – CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Batavia , IL 60510 USA

Full details via beta.sam.gov

SOURCES SOUGHT: J045–Chilled Water Line Repairs

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. Market Research is being conducted to Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business, Small Disadvantaged Business, 8(a), Woman Owned Small Business or HUBZone interests. The Department of Veterans Affairs Medical Center (VAMC) is trying to determine whether to set-aside an acquisition to repair Chilled Water Line located at: VA Mid-Atlantic Health Care Network, 508 Fulton St, Durham NC 27705 DESCRIPTION This requirement is to provide repair services to the Chilled Water Lines throughout Building 1 and 23 at the Durham Veterans Affairs Health Care System (VAHCS), REQUIREMENTS See Performance work statement The NAICS 238220 is applicable to this acquisition; with a size standard of 16.5 Mil. If your company is interested in performing these services, please notify our office of your intent. In response, please include the following: A positive statement of your intent to submit a quote as a prime contractor (capability statement) If any teaming or subcontracting possibilities are contemplated, please provide subcontractor s name and breakdown of labor and its performance cost Evidence of experience in work similar in type and scope to include contract numbers, project titles, award dollar amounts, points of contact and telephone numbers Past performance references with points of contact and phone numbers Provide FSS/GSA Contract # if applicable. Identify whether the firm falls into any of the socioeconomic categories listed above Your response is required by: Thursday, September 01, 2022 by 16:00 PM EDT All capable Service Disabled Veteran Small Businesses and Veteran Owned Small Business are encouraged to respond. The Government will not pay for any information solicited. All the above must be submitted
  • Original Set Aside: 
  • Product Service Code: J045 – MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: VA Mid-Atlantic Health Care Network 508 Fulton St

Full details via beta.sam.gov

SOURCES SOUGHT: HVAC REPLACEMENTS AT THE MAB PROJECT

The general contractor shall provide a quote for Labor and Materials to supply and install replacement
HVAC units which are at an End of Life (EOL) status. The existing two (2) units are – Equipment Tag:
NL781 – 15 ton Trane package unit to be replaced with a 20 ton package unit, and Equipment Tag:
ML436 – 20 ton Carrier package unit to be replaced with a 25 ton package unit – for a total of 45
tonnage based off of attached zone cooling and heating loads by component calculations.

AMENDMENT NO. 1 TO RFP FESS-327173-JSY ISSUED ON 9/7/2022.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Batavia , IL 60510 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Chiller HVAC Unit Repair Service

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

******************************************************************************

Project: Chiller HVAC Unit Repair Service

Tracking Number: IHS1457503

The Indian Health Service (IHS), Four Corners Regional Health Center (FCRHC), located at US Hwy 160 & Route 35, Red Mesa, Teec Nos Pos, Arizona is seeking capable, 1) Native American Owned Small Business or Indian Economic Enterprise Small Business, or 2) any other Socio-Economic Small Businesses interested in providing the resources to satisfy this requirement for Chiller HVAC Unit Repair Service, to FCRHC located in Red Mesa, AZ. The anticipated period of performance will be for six (6) continuous months from the Date of Award.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220 – Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of $16.5 million.

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the required documents.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 5:00 pm MST on August 11, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB.
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide SAM UEI Number and CAGE Code.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Juliana Jim-Johnson, Purchasing Agent

(505) 368-6291, juliana.jim-johnson@ihs.gov

Cornelius Tsipai, Contract Specialist

(505) 368-6087, cornelius.tsipai@ihs.gov

Place of Performance:

Four Corners Regional Health Center

US Hwy 160 & Route 35 – Red Mesa

Teec Nos Pos, Arizona 86514

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: 
  • Product Service Code: L041 – TECHNICAL REPRESENTATIVE- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: Shiprock , NM 87420 USA

Full details via beta.sam.gov

Sources Sought: HVAC Preventative Maintenance Services

In order to respond to the Sources Sought notice, the agency is requesting all vendors to submit a response via the below Google Form link:

https://forms.gle/asjJSuFNF5QVbXNx5

The National Weather Service (NWS) has a need for Preventive Maintenance for all equipment associated with the Heating Ventilation and Air Conditioning (HVAC), Fire Alarm, Smoke, Heat and Carbon Dioxide Detectors, and Humidification Controls. The Contractor shall provide all labor, tools, material, equipment, supervision, insurance and incidentals to provide Preventive Maintenance and Service for the Geothermal Well system, HVAC mechanical systems, and HVAC Control System/Components. This includes all equipment and controls required to ensure the equipment operates efficiently and cost effectively at all times and under all conditions.

These services are required for the National Weather Forecast Office (WFO) in Caribou, Maine and the National Weather Service Radar Data Acquisition Site (RDA) Site located in Hodgdon, Maine.

This is a Sources Sought (SS) notice only and is not a solicitation. It is not a request for proposals nor does it obligate the Government in any way. The Government will not reimburse the respondents for any costs associated with the information submitted in response to this request. Additionally, this SS notice does not guarantee that the government will issue a request for proposals.

The Statement of Work (SOW) is attached to the SAM.gov posting to provide additional context to the capability areas described within the Google Form.

Responses are due 07/25/2022 at 9:00am Pacific Time.

  • Original Set Aside:
  • Product Service Code: 
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:Caribou , ME USA

Full details via beta.sam.gov