This is a Sources Sought as part of the market research process. This notice is not to be construed as a commitment by the Government. This notice is for planning and information purposes only. The Government is under no obligation to pay for information submitted in response to this Sources Sought. All the information submitted will be considered and treated as public information. The vendor should not include any pricing or proprietary information. This is not a Request for Proposal or Quote; therefore, responses to this notice will not be accepted as offers.
The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various business concerns that might be interested to compete. The type of solicitation issued will depend upon the responses received to this Sources Sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. If a solicitation is released, it will be synopsized on the GPE via sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
The 355th Contracting Squadron at Davis-Monthan Air Force Base, Arizona, is seeking to identify potential sources qualified to perform the work involved in this project. This project includes: upgrading the heating and cooling system in the East side bays of Bldg. 5045. The project involves replacing the existing swamp cooler and gas-fired heater with a 15-ton DX heat pump. The contractor will handle the removal of the old equipment, installation of the new heat pump, and necessary adjustments to the ductwork. Additionally, the project includes painting the exterior ductwork to match the building's color scheme, as well as some basic interior modifications for system balance. The contractor will also run an electrical circuit to the new heat pump and cap off water pipes from removed heaters. Standard precautions, like proper ventilation and cleanliness, will be maintained throughout the construction process. Please note that not all requirements are listed here, and the detailed scope of work is provided in the attached SOW.
The magnitude of the anticipated contract is valued between $100,000 and $250,000.00. It is anticipated that the contract will be a Firm Fixed-Price type contract that will have a 192 day period of performance.
IAW FAR 18.117 This requirement is a 100% Women-Owned Small Business Set-Aside.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:
The anticipated North American Industry Classification System (NAICS) for this requirement is 238220, with the corresponding size standard of $19M.
For any inquiries or concerns regarding the mentioned project and its attachments, please contact SrA Joshua Rodriguez at [email protected] AND SSgt Marshall Chaplinski at [email protected]
INFORMATION AND INSTRUCTIONS:
355 Contracting Squadron is requesting all interested and qualified Women-Owned Small Business firms to respond to this sources sought notice with the following information. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents must include the following information within their statement of capability packages:
This sources sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. Questions on this notice shall be submitted via email to to BOTH [email protected] and [email protected].