Search Contract Opportunities

NMIC-1 Replace 4 Chillers and Controls/Install Chiller Catwalks Project, National Maritime Intelligence Center, Suitland, Maryland   4

ID: N40080-20-R-5270 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE

SOLICITATION N40080-20-R-5270

NMIC-1 Replace 4 chillers and controls/install chiller catwalks project, national maritime intelligence center, sUITLAND, md

Y1AZ Construction of other Administrative Facilities and Service Buildings

NAICS Code: 238220- Plumbing, Heating, and Air-Conditioning Contractors

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Washington to facilitate the decision making process.

NAVFAC Washington is seeking qualified and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current relevant qualifications, experience, personnel, and capability to replace building chiller plant equipment and system components, replace HVAC controls for the entire building and install new exterior rooftop catwalks, to provide maintenance and service to the new rooftop chillers. This is to be carried out at National Maritime Intelligence Center, Suitland, MD. Based upon this survey, a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted).

THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is not to be construed as a commitment by the Government for any purpose than market research and is not restricted to a particular acquisition approach. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.

In accordance with DFARS 236.204(i), the magnitude of this project is between $10,000,000 and $25,000,000. All small businesses are encouraged to respond. The appropriate NAICS Code is 238220 with a Small Business Size Standard of $16.5M. Under the FAR guidelines, the prime contractor must have the capability to perform at least 15 percent of the contract work with its own employees. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.

Project Description:

This project is comprised of the following items:

The primary project entails the comprehensive replacement of the building chiller

plant equipment and system components. The replacement of chiller system components is limited to the plant equipment and includes but is not limited to:

  1. Chillers 1-4
  2. Associated pumps
  3. Variable frequency drives
  4. Associated instrumentation
  5. Associated controls

In addition, the project will require:

  1. New variable frequency drives as required to replace and modernize the existing chilled

water system within the central plant.

  1. The replacement of HVAC controls for the entire building, including the replacement of existing Johnson Controls Metasys control system serving the entire facility including the central chiller plant.
  2. The installation of new exterior rooftop catwalks, to provide maintenance and service to the new rooftop chillers.

The performance is expected to occur between January 2021 through to January 2024.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit the following:

  1. Relevant Experience of the Contractor, to include three (3) projects. These projects need to include experience, within the last five (5) years, in performing projects with similar size and scope stated in the project description.

Submissions need to include the contract number, indication of whether respondent is the prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.

  1. Company profile to include number of employees, office location(s), DUNS number, Cage Code and statement regarding small business designation and status.
  2. Statement regarding Bonding Capabilities. Provide single project and aggregate capabilities.

SUBMISSIONS ARE DUE BY March 20 2020 at 2:00P.M. EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The package shall be sent by email to Teshima Mason, at teshima.mason@navy.mil and Lindsay Brown, at lindsay.naill@navy.mil.

Questions or comments regarding this notice may be addressed via email to Teshima Mason at teshima.mason@navy.mil.

Overview

Response Deadline
March 20, 2020, 2:00 p.m. EDT Past Due
Posted
March 11, 2020, 8:22 a.m. EDT
Set Aside
None
Place of Performance
MD United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Signs of Shaping
80% of similar contracts within the Department of the Navy had a set-aside.
On 3/11/20 Naval Facilities Engineering Command issued Sources Sought N40080-20-R-5270 for NMIC-1 Replace 4 Chillers and Controls/Install Chiller Catwalks Project, National Maritime Intelligence Center, Suitland, Maryland due 3/20/20. The opportunity was issued full & open with NAICS 238220 and PSC Y1AZ.
Primary Contact
Name
Teshima Mason   Profile
Phone
(202) 685-3155

Secondary Contact

Name
Lindsay M. Brown   Profile
Phone
(202) 685-3192

Documents

Posted documents for Sources Sought N40080-20-R-5270

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N40080-20-R-5270

Award Notifications

Agency published notification of awards for Sources Sought N40080-20-R-5270

Contract Awards

Prime contracts awarded through Sources Sought N40080-20-R-5270

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N40080-20-R-5270

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N40080-20-R-5270

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC WASHINGTON > NAV FAC ENGINEERING CMD WASHINGTON
FPDS Organization Code
1700-N40080
Source Organization Code
100076577
Last Updated
April 4, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 4, 2020