Search Contract Opportunities

HVAC Automated Logic Controls (ALS)   2

ID: PANMCC-23-P-0000-007432 • Type: Sources Sought

Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES TEMPLATE

INTRODUCTION

The Directorate of Public Works is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Heating, Ventilation and Air Conditioning (HVAC) Automated Logic Systems (ALS) at Fort Leavenworth, KS. The intention is to procure these services on a competitive basis.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.

PROGRAM BACKGROUND

The HVAC Automated Logic Systems require updates, upgrades and data systems control software securely backed up on a monthly or more frequent basis as necessary to ensure the system is secure, working properly and can be recovered into the last stable state as needed to affect conservation of energy as appropriate, by design, and as directed by the Chief, Energy Division of the Directorate of Public Works (DPW). This system assists the Directorate of Public Works Energy Division, and the Operations & Maintenance Division (OMD), HVAC sections to effectively control heating and air conditioning while the individual facilities and buildings are both occupied and unoccupied, to leverage realized savings and a baseline working environment while preserving the facilities in proper working order and functionality. The systems are broken into two (2) groups separated by network for the purposes of this contract. Main Post Group, and MCC Group. The Main Post Group consists of all covered facilities that are located on the Fort Leavenworth installation excluding the MCC Group area of operations (AO).

REQUIRED CAPABILITIES

The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Automated Logic Services (ALS) as defined in the attached draft Performance Work Statement (PWS).

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

ELIGIBILITY

The applicable NAICS code for this requirement is 238220 - Plumbing, Heating, and Air-Conditioning Contractors with a Small Business Size Standard of $19M. The Product Service Code is J045. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 1 pm, CST, 25 April 2023. All responses under this Sources Sought Notice must be e-mailed in Portable Document Format (PDF) to eric.p.grande.civ@army.mil and larissa.a.brown2.civ@army.mil

This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in the attached Draft PWS for the base period as well as the option period.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

The estimated period of performance consists of base plus one option year with performance commencing in August 2023. Specifics regarding the number of option periods will be provided in the solicitation.

The contract type is anticipated to be Firm-Fixed Price.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

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.

No phone calls will be accepted.

All questions must be submitted to the emails listed above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Overview

Response Deadline
April 25, 2023, 2:00 p.m. EDT Past Due
Posted
April 18, 2023, 4:29 p.m. EDT
Set Aside
None
Place of Performance
Fort Leavenworth, KS 66027 USA
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
Signs of Shaping
The solicitation is open for 6 days, below average for the MICC Fort Leavenworth. 63% of similar contracts within the Department of the Army had a set-aside.
On 4/18/23 MICC Fort Leavenworth issued Sources Sought PANMCC-23-P-0000-007432 for HVAC Automated Logic Controls (ALS) due 4/25/23. The opportunity was issued full & open with NAICS 238220 and PSC J045.
Primary Contact
Name
Larissa A Brown   Profile
Phone
(913) 684-1622

Secondary Contact

Name
Eric Grande   Profile
Phone
(913) 684-1644

Documents

Posted documents for Sources Sought PANMCC-23-P-0000-007432

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought PANMCC-23-P-0000-007432

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANMCC-23-P-0000-007432

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC-23-P-0000-007432

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC-23-P-0000-007432

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO EUSTIS
FPDS Organization Code
2100-W91QF4
Source Organization Code
500036786
Last Updated
May 10, 2023
Last Updated By
eric.p.grande.civ@army.mil
Archive Date
May 11, 2023