Interim Repairs Bldg. 9010, JBLM WA

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159050453103830
Posted Date: Jul 19, 2023
Due Date: Aug 4, 2023
Solicitation No: W911S823B0004
Source: Members Only
Follow
Interim Repairs Bldg. 9010, JBLM WA
Active
Contract Opportunity
Notice ID
W911S823B0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-JB LEWIS-MC CHORD
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 19, 2023 03:00 pm PDT
  • Original Response Date: Aug 04, 2023 03:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Joint Base Lewis McChord , WA 98433
    USA
Description

THIS IS A Synopsis/Sources Sought Notice ONLY. The U.S. Government desires to perform repairs on Bldg. 9010, JBLM, WA 98433, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories(including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/lnvitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals/quotes in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 236220 - Commercial and Institutional Building Construction.



REQUIREMENT: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non­personal services necessary to perform all work in strict accordance the statement of work, and identified drawings (Attachments 1&2) to conduct various repairs within and outside of bldg. 9010.





On the first floor exterior of the building, remove and dispose of all existing wood coverings from all exterior windows. In their place, contractor is to bolt in metal studs into the brick opening. On this frame, secured from the inside of the building, install water resistant¾" plywood sheets to completely cover each opening. New coverings shall be tamper proof from the exterior so as not to be disassembled. The tamper­proof fasteners affixing the plywood to the stud shall not protrude on the exterior of the building.





In the highlighted room in red labeled "A" shown in Attachment 2, install one split system heat pump in the auditorium. Heat pump in the room shall have the following characteristics, and be installed according to the following specifications:



a. Unit to be 5 tons (60,000 BTU's).

b. Be wall mounted.

c. Meet all Energy Star Criteria.

d. Be a variable speed cooling unit.

e. Shall have a condensate drain piped to the exterior of the building. Contractor to field verify whether a condensate pump is required, and provide if appropriate. All exposed refrigerant piping installed within the interior of the facility shall have installed on it pipe insulation.

f. Provide a waterproof seal for all exterior penetrations.



g. Unit shall have installed with it two indoor cassettes located on opposite ends of the room. Cassettes shall be of equal size to split the heating and cooling equally throughout the room.

h. Have each units electrical service routed to the designated panel shown in Attachment 2, to include installing new breakers, wiring, conduit, and all other electrical equipment required to make the connection.

i. Have installed a NEMA-3 fused disconnect switch tied to the unit, along with temperature controls and thermostat tied to the heat pump. Thermostat shall be password protected, and programmable.

j. All electrical service shall be routed over the drop ceilings to their destination panels as feasible.





In the highlighted rooms in red labeled "B" and "C" shown in Attachment 2, install a split system heat pump in each room. Heat pumps in each room shall have the ollowing characteristics, and be installed according to the following specifications:



a. Be 2.5 tons (30,000 BTU's).

b. Be wall mounted.

c. Meet all Energy Star Criteria.

d. Be variable speed cooling units.

e. Shall have a condensate drain piped to the exterior of the building. Contractor to field verify whether a condensate pump is required, and provide if appropriate. All exposed refrigerant piping installed within the interior of the facility shall have installed on it pipe insulation.



f. Provide a waterproof seal for all exterior penetrations.

g. Within room C, integrate into the heat pump two cassettes, one located in each section of the room. Cassettes shall be of equal size to split the heating and cooling equally throughout both rooms.

h. Have each units electrical service routed to the designated panel shown in Attachment 2, to include installing new breakers, wiring, conduit, and all other electrical equipment required to make the connection.

i. Have installed with each unit in each room a NEMA-3 fused disconnect switch for each unit, along with temperature controls and thermostat for the heat pumps. Thermostat shall be password protected, and programmable.

j. All electrical service shall be routed over the drop ceilings to their destination panels as feasible.





Shown on Attachment 2, replace light switch, and provide new cover plate matching the surrounding plates.





Shown on Attachment 2, recess into wall and cover existing thermostat device.



Shown on Attachment 2, center and secure light fixture hanging by its electrical wires, using hardware similar to the surrounding fixtures.



Shown on Attachment 2, patch drywall to the right of the door, replacing the panel of drywall if necessary and more cost efficient. Refinish to match the surrounding wall.





In response to this synopsis/sources sought, please provide:





1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.





2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



4. Identify how the Army can best structure this contract requirement to facilitate competition by and among small business concerns.





5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Contracting Opportunities notice in the GPE. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





6. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified equipment.





7. Respondents should submit the completed questionnaire, any recommendations to improve the SOW, and/or questions to SFC Lawes, Christiaan , Contract Specialist, at christiaan.d.lawes.mil@army.mil No other submission method will be accepted.






Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
  • JOINT BASE LEWIS MCCH , WA 98433-9500
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 19, 2023 03:00 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >