Worldwide HVAC and BAS Support Services

Agency: STATE, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159111251164872
Posted Date: Mar 30, 2023
Due Date: Apr 18, 2023
Solicitation No: RFI2023WORLDWIDEHVACANDBAS
Source: Members Only
Follow
Worldwide HVAC and BAS Support Services
Active
Contract Opportunity
Notice ID
RFI2023WORLDWIDEHVACANDBAS
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - AQM MOMENTUM
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 30, 2023 02:44 pm EDT
  • Original Response Date: Apr 18, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1NB - MAINTENANCE OF HEATING AND COOLING PLANTS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
Description

Purpose:

The purpose of this Sources Sought (SS) Notice is to accomplish market research pursuant to Federal Acquisition Regulation Part 10, and to identify small businesses capable of and interested in performing the functions described herein. This is not a solicitation, nor is it a request for proposals,proposal abstracts, or quotations and does not commit the Government to issue a solicitation, make an award, or reimburse respondents for any costs associated with responding to this notice. The Government will treat each response submitted in confidence.





Background/Scope:

The mission of the U.S. Department of State (DOS) is to advance the interests of the American people, their safety and economic prosperity, by leading America’s foreign policy through diplomacy, advocacy, and assistance.



The United States Government (USG), Department of State (DOS), Bureau of Overseas Buildings Operations’ (OBO) mission is to provide safe, secure, and functional facilities for the conduct of U.S. diplomacy and the promotion of U.S. interests worldwide.



The Department of State’s overseas property portfolio is large and diverse not only in types of facilities but also with regards to ownership and operational responsibilities. Currently there are 170 Embassies, 125 Consulates and over 20,000 commercial and residential properties which are operated in support of the Foreign Service mission abroad. Properly managed operation and maintenance investments can extend the life of a facility well beyond a facility where the operation and maintenance investments have been ignored or minimally maintained.



The Program Support Division (PS), in the Office of Facility Management (FAC), in the Construction, Facility & Security Management Directorate (CFSM), at the Bureau of Overseas Buildings Operations (OBO), at the United States Department of State (OBO/CFSM/FAC/PS) is the requesting office for services under this contract. FAC/PS provides maintenance, repair, and replacement of Heating Ventillation and AIr Conditiong (HVAC) and related building control systems (BAS) at DOS overseas facilities. The intent of the requesting office is to establish one contract, serviced by a single vendor, that provides supplemental program services focused on achieving safe and reliable building mechanical (HVAC) and corresponding control systems (BAS).



The selected firm will provide facilities operational support services at OBO facilities abroad. Services are expected to cover a range of technical subjects and will be performed using a Task Order format. Task order assignments will range in scope and complexity.



The types of HVAC and BAS systems that the Contractor can expect to repair, replace, and maintain under this requirement, which may also include related minor construction, include but are not limited to the following:



1. Cooling Production Equipment and Systems




  • Cooling Production Equipment

  • Direct Expansion (DX) Systems / Variable Refrigerant Systems

  • Chilled-Water Systems

  • Cooling Towers

  • Geo-Thermal Systems



2. Heating Production Equipment




  • Furnaces and Air Heaters

  • Domestic Hot Water

  • Boilers

  • Heat Recovery Systems

  • District Heating

  • Solar Heating

  • Heat Pumps



3. Air-Handling Equipment and Systems




  • Air-Handling Equipment

  • Heat Transfer

  • Air Cleaning

  • Air Mixing

  • Fans

  • Duct Systems



4. Piping Equipment and Systems




  • Pumps

  • Heat Exchangers

  • Glycol Systemsl



5. Building Automation Systems and Compnenets




  • Work stations and terminals

  • Wiring, sensors, actuators, valves

  • Network devices (controllers, switches, etc.)

  • User interfaces, software, patches



Responses:

Responses are limited to those companies considered small business

under the following NAICS Code: 238220. Respondents are welcome to

submit other relevant and appropriate NAICS codes for consideration.

Please note that a decision not to submit a response to this SS will not

preclude a vendor from participating in any future solicitation.

The Department fo State intends to award an Indefinite Delivery Indefinite

Quantity (IDIQ) award to allow for task orders as needed.

• Making award to a small business(es) under this NAICS code will ensure a

list of contractors are familiar with DoS operations and programs, while

supporting small business goals. The base IDIQ contract will require a Top

Secret Facility Clearance. This will limit competition to U.S. offerors.

However, offerors may include regional non-U.S. or local companies as part

of their solution.

• Contract types (fixed-price, cost-reimbursement, labor-hour, and time and-

materials) for individual task orders and specific requirements will fall

under one or more of the contract types listed above depending on size and complexity of

the facilities.

• Joint Ventures, including mentor and protégé arrangements as defined by

the Small Business Administration, may participate in responding to this

notice.

Responses should be limited to 10 pages or less and be submitted as a

Microsoft Word Document or Portable Document Format (PDF). Font must

be Times New Roman, 12 point font, with margins of 1 inch all around. No

responses shall be accepted via US Mail or FAX.

Responses are being solicited from Small Business concerns. For all

responding small businesses, please identify the socioeconomic status if

any. SBA-sponsored "All Small Business Mentor-Protégé Program" are

welcome to respond as joint ventures also.

Firms should provide the following information:

- Contractor's statement of interest and capabilities statement.

- Relevant experience to include experience in performing efforts of similar

value, size, and scope within the last five years including contract number,

indication of whether your firm acted as a prime or subcontractor, contract

value, Government/Agency point of contact and current telephone

number, and a brief description of how the contract relates to the technical

requirements described herein.

The capability statement must include the following information:

a. Vendor name (formal business name) and address

b. Vendor CAGE Code

c. Vendor Unique Entity Identifier (UEI)

d. Primacy NAICS code(s) utilized by vendor

e. Vendor main point of contact (name, title, phone number, and email

address)

f. Vendor’s designated 8(a) category (ANC, NHO, standard 8(a), and/or

Tribal)

g. Additional small business set-aside categories utilized by the Vendor

h. Vendor’s bonding capability/threshold

i. Date Vendor graduates from the 8(a) program

j. The cognizant SBA district office for vendor

k. Current facility security clearance (with or without safeguarding) held by

vendor





IMPORTANT NOTES:

The following information should be addressed in detail with your submission:





1. Security Clearance Requirement.

In order to be eligible to perform under this requirement, the contractor must possess a Defense Security Service (DSS) Top Secret facility security clearance (FCL) with safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level with their response to this notice.

Specifically designated personnel performing these services requiring access to classified information or to the Controlled Access Areas (CAAs) to perform these services must possess Top Secret personnel

security clearance issued by DSS.





2) Experience performing OCONUS/WORLDWIDE

Experience performing services at secured government facilities OCONUS/WORLDWIDE,

at Overseas United States facilities. Please be specify countries and continents in which you have expereince perofrmaning services. All licensing, permits, and foreign country operating logistics will be the

responsibility of the contractor.




Attachments/Links
Contact Information
Contracting Office Address
  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 30, 2023 02:44 pm EDTSources 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 >