SOURCES SOUGHT: HVAC Replacement

Norfolk Naval Shipyard (NNSY) is issuing this Sources Sought Notice (“Notice”) for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 to provide a service to replace current HVAC (air conditioning/heating system) in operator’s cab on two dock cranes

Contractor shall provide a new split-type cooling and heating system to provide temperature and humidity-controlled air to the operator’s cab on two dock cranes. The new system’s will be positioning the new splitter external component in the location of the existing system for heating and air which was currently equipped with a heating capability of 17,075 BTU/hour with complete ducting in the cab; installation of a new air conditioning system (present capacity: 23,500 BTU/hour). The system controls will be  powered by the 120VAC / 208VAC; the system testing and acceptance to prove nominal operator comfort during summer (cab facing the sun) and winter operation (cab shielded from the sun), .on the cranes located at Norfolk Naval Shipyard (NNSY), Portsmouth, VA and Naval Station Norfolk, VA.

Another purpose of this Notice is to determine the availability and capability of qualified small businesses to perform these services. All interested parties are welcome to provide a response. The applicable North American Industry Classification System (NAICS) code assigned is (811310) size standard 8 mil.  The Government anticipates issuing a solicitation for a Purchase Order with Firm-Fixed Price provisions and a period of performance of January 03rd 2023  – March 28th  2023

The Government is interested in responses from all qualified and experienced sources capable of providing the service. Large and small companies that have experience with this service are encouraged to respond to this Notice by December 21st  at 5:00 PM EST.  The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. This is not a solicitation for proposals and the Government will not award a contract because of this Notice.  The Government will not return any information submitted nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected when so designated. The following key information is requested:

1.  Organization name, address, email address, web site address, telephone number, CAGE code, Unique Entity ID number, point of contact (name, phone# and e-mail); your company’s business size type/status under the aforementioned NAICS code of 811310.  If your company is a small business, please identify any applicable socio-economic classifications such as Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, 8(a), etc.

2.    Have you performed the same or similar work in the past? If so, please list the contract name, contract number, dollar amount, period of performance, and point of contact—name, title, email, and telephone number.

3.    Have you managed a task of this nature?

4.   Capability Statement. This statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company’s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to sebastian.w.edwards.civ@us.navy.mil with a page limitation of 10 letter sized, single sided pages including all attachments, charts etc. (single spaced, 1-inch margins, 12 point font minimum excluding charts and graphics). NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED.

Requests for a solicitation package will not be honored nor will requests for a technical point-of-contact information be provided.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS.

Contracting Office Address:

Norfolk Naval Shipyard (NNSY)

Contracts Division, Code 400

Building 65, 2nd Floor

Portsmouth, Virginia 23709-5000
United States

Place of Performance:

Norfolk Naval Shipyard (NNSY)
Portsmouth, Virginia 23709-5000
United States

Points of Contact:

Sebastian Edwards, sebastian.w.edwards.civ@us.navy.mil (757) 396-0964

  • Original Set Aside: 
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance: Portsmouth , VA 23709 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Electrical Construction Services at Mike Monroney Aeronautical Center

THIS PROCUREMENT IS 100% SET-ASIDE FOR COMPETITION LIMITED TO ELIGIBLE:

(1) SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSINESSES [8(A)], CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION,

(2) SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESSES AND

(3) OTHER SMALL BUSINESS;

LOCATED WITHIN THE STATE OF OKLAHOMA

LOCATION OF WORK/PROJECTS: Mike Monroney Aeronautical Center, 6500 S. MacArthur Blvd, Oklahoma City, Oklahoma.

This market survey is being issued to assist the FAA in meeting ongoing requirements for miscellaneous electrical construction services for: alteration, extension, conversion, and/or modernization of existing facilities.  This also includes new construction if required.  These services will be required for commercial, industrial, and utility type of facilities located at the Mike Monroney Aeronautical Center.   Contractors must provide all labor, materials, and equipment required for all work as described in the applicable contract documents.  See attached draft Statement of Work (SOW) for details.  Please note that attachments referenced in the SOW are not available.

The FAA contemplates multiple contract awards in the following trade: electrical.  Contract performance periods will be one-year base periods with four 1-year option periods to be exercised at the sole discretion of the Government.  Task orders will be placed against the contracts to fund projects throughout the year.

Work requirements under these contracts can range from $500 – $1,000,000 each.  It is estimated that $9 million in electrical construction task orders will be issued over the course of the contract periods to include option years.

Requests for task order proposals for projects will be issued to all contract holders for the electrical construction trade, and will be accompanied by a project description, construction drawings, and usually detailed specifications.

Expedited competitive procedures, e.g., rapid turn-around times (TAT)/completion dates, generally under 15 days will be detailed in the request for task order proposals.  Projects can be directly awarded by the Ordering Official if needed.

Due to urgent requirements and expedited turn-around times, completion of projects, etc., offerors MUST have a primary location within the state of Oklahoma.

All contracts will be 100% set-aside for award to small businesses.  This market survey is being issued to encourage interest from Service-Disabled Veteran-Owned Small Businesses (SDVOSB); or SBA-certified Socially and Economically Disadvantaged (SEDB) contractors in the 8(a) program.

The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1.  The Government requirements included in this market survey permit contractors that are: (1) certified, under the 8(a) program with the Oklahoma SBA District Office; (2) Service-Disabled Veteran-Owned Small Businesses (SDVOSB) located within the state of Oklahoma, or; (3) a small business located within the state of Oklahoma an opportunity to express and submit interest to work this requirement.

All responses, including attachments, are to be sent electronically to heather.a.amaral@faa.gov by 3:30 P.M, Central Standard Time on July 1, 2022.  Any information provided in response to this notice is for informational purposes only and will not be released.  Any proprietary information submitted will be protected if appropriately marked.  No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA.

All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this notice.  Therefore, any costs associated with responses to this market survey will be solely at the interested party’s expense.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Oklahoma City , OK 73169 USA

Full details via beta.sam.gov