Iowa Bids > Bid Detail

Sources Sought - Feedwater, Condensate Tank Controls Service Contract (Ames)

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159967204958656
Posted Date: Oct 17, 2022
Due Date: Oct 27, 2022
Solicitation No: 1082077
Source: https://sam.gov/opp/6295bd4141...
Follow
Sources Sought - Feedwater, Condensate Tank Controls Service Contract (Ames)
Active
Contract Opportunity
Notice ID
1082077
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 17, 2022 11:11 am CDT
  • Original Response Date: Oct 27, 2022 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 28, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Ames , IA 50010
    USA
Description

A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below.





This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement, Request for Quote, or Invitation for Bid. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service.





The USDA National Centers for Animal Health, 1920 Dayton Ave, Ames, IA, 50010 has a requirement to remove the existing DA, Feedwater, Condensate Tank Controls and install, setup, and commission new controls to serve the DA, Feedwater, and Condensate Tank systems. Work shall be performed in accordance with the specifications listed in the Statement of Work.





The NAICS code applicable to this acquisition is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $16.5 million. The PSC is Z1AA.





Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.





The contractor shall provide all necessary labor, parts, and materials to remove and dispose of the existing programable logic controllers, input modules, output modules and HMIs. All waste products shall be disposed of in accordance with all Federal, State and Local codes. Contractor shall supply weight and type of all material recycled and weight and type of all material sent to landfill.



The contractor shall provide all necessary programming, labor, parts, and materials to install new programable logic controllers, input modules, output modules and HMI programable logic controller. The contractor shall download and replicate the existing programs for DA, Feedwater and Condensate tank control. The contractor shall modify the cabinet enclosure as needed to accommodate installation of the new control system. The contractor shall rewire the existing cabinet as needed to accommodate installation of the new control system. The contractor shall turnover an electronic copy of the programming of the controllers to the USDA, coordinate turnover with the COR.



The contractor shall replicate and update all existing points in the Johnson Controls Building Automation System (JCI) to include all change of values, alarms, limits, status, trend information and engineering units. The contractor shall remove all existing points. Communication to the JCI/BAS shall be BACnet over IP. The contractor shall turnover an electronic copy of the JCI programming to the USDA, coordinate turnover with the COR



The contractor shall furnish and install one (1) Allen Bradley 1769-L33ER compact Logix 5320 L3 controller with dual ethernet (or approved equal), one (1) Allen Bradley 1769-OF8C analog output module (or approved equal), one (1) Allen Bradley 1769-IF8 analog input module (or approved equal), three (3) Allen Bradley 1769-IA16 digital input module (or approved equal), three (3) Allen Bradley 1769-OA16 digital output module (or approved equal), one (1) Allen Bradley panel view standard touch screen (or approved equal).



All fabrication, programming, installation and testing shall be in accordance with all Federal, State and Local codes. All work performed will need to be documented IAW EPA standards/regulations



Contractor shall perform all work within a schedule to not affect the USDA NCAH’s ability to provide necessary steam to the campus.



Training shall be included and consist of at least 2 separate, 2hour training sessions. Each session should take place on different days and cover operation and maintenance of all components.





Project duration is 365 days after the Notice to Proceed.





The Contractor shall provide all items F.O.B. destination.





Capability Statement:



Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate their expertise and experience in relation to the areas specified in this notice.





In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business.





To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A SAM UEI number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Vendor must include their UEI# on their capability statements.





To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement.





Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors.





Submitting a Capability Statements:



Responses should be submitted via email by Thursday, October 27, 2022 at 2:00 p.m. (Central Time). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov.





Disclaimer:



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received. After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.


Attachments/Links
Attachments
Document File Size Access Updated Date
Sources Sought Response Form.pdf (opens in new window)
346 KB
Public
Oct 17, 2022
file uploads

Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 17, 2022 11:11 am CDTSources 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 >