Washington, DC Bids > Bid Detail

Purchase of a Dual Fuel Boiler

Agency: ARCHITECT OF THE CAPITOL
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159951154957696
Posted Date: Apr 6, 2023
Due Date: Apr 20, 2023
Solicitation No: 04062023B-002
Source: https://sam.gov/opp/4530530f88...
Follow
Purchase of a Dual Fuel Boiler
Active
Contract Opportunity
Notice ID
04062023B-002
Related Notice
Department/Ind. Agency
ARCHITECT OF THE CAPITOL
Sub-tier
ARCHITECT OF THE CAPITOL
Office
ACQUISITION & MATERIAL MAN DIV
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 06, 2023 09:53 am EDT
  • Original Published Date: Apr 06, 2023 09:51 am EDT
  • Updated Response Date: Apr 20, 2023 12:00 pm EDT
  • Original Response Date: Apr 20, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Washington , DC 20515
    USA
Description

Title: Purchase of a Dual Fuel Boiler



NAICS Code: 561210, Facility Support Services



532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing



332410, Power Boiler and Heat Exchanger Manufacturing



Agency Information: Architect of the Capitol



Location: Washington, D.C.





Description:





This source sought notice is issued solely for information and planning purposes to gain knowledge of potential sources capable of fully satisfying a potential requirement. This is not a solicitation announcement, nor does it promise a solicitation in the future. No solicitation exists; therefore, do not request a copy of the solicitation. Proposals are not being requested or accepted at this time and a contract will not be awarded from this announcement. The decision to solicit for a contract shall be solely withing the Government’s discretion. No reimbursement will be made for any costs associated with providing information in response to this announcement. All submissions will become Government property and will not be returned. The government will not provide any feedback or evaluations regarding the information submitted.





The Architect of the Capitol (AOC) is seeking contractors who can supply a dual fuel a boiler. Contractor to provide and deliver a multi-fuel steam boiler capable of burning natural gas, ultralow sulfur fuel oil, and B100 biodiesel. The boiler shall meet all necessary Federal, State, local requirements, and shall meet the following specifications:






  • Heat input rating
  • Emission limits:



Pollutant



Gas (lb/MMbtu)



Fuel Oil (lb/MMbtu)



NOX



0.05



0.09



PM(filterable)a



0.059b



0.059b



a. Based on fuel-burning particulate emissions formula (20 DCMR 600.1)



E = 0.17455 H-0.23522



Where:



E = Emissions in pounds per million BTU of heat input



H = Heat input to the fuel-burning equipment in millions of BTUs per hour



b. Maximum allowable emissions in lb/MMBtu for a 99 MMBtu/hr boiler




  • Boiler must be equipped with:

    • Gas consumption meter

    • Fuel oil consumption meter

    • Stack testing ports



  • No visible emissions, except:



Opacity not exceeding 40% for up to 2 minutes in any 60-minute period for an aggregate of 12 minutes in any 24-hour period during start-up, cleaning, adjustment of combustion controls, or malfunction of equipment.







Responses to this notice shall be limited to a total of five pages. Two of the five pages shall identify the contractor’s information and provide a capability statement, while the remaining three pages shall be similar projects or equipment completed in the past including boiler cut sheets or specifications. The submission text shall be 12-point minimum and use Times New Roman font. The contractor’s information shall include the: Contractor’s name, address, main point of contact, phone number, his or her email address, GSA Schedule Number, DUNS, and Unique Entity Identifier. The capability statement shall demonstrate the contractor’s ability to fulfill the requirements. The contractor shall ensure sections 1 and 2 below are incorporated into the capability statement. Please note that standard brochures will not be considered a sufficient response to this notice.







Instructions for Responding to this RFI:





1) Please provide a response to the following questions from the Government:





a) Will your company be interested in submitting a quotation for this contract if a solicitation is issued?





b) Can your company perform this scope of work under its GSA Schedule contract? If so, what is the GSA Schedule contract number? What SIN is this usually done under? Or is this a mix of SINs? Note: It’s acceptable if you don’t have a GSA Schedule contract under which you can perform this work, this question is only to determine if a FAR 8.4 acquisition strategy can be used.





c) What questions do you have for the Government? (You may either list your questions in the RFI response or you may email the questions to Donald Fuqua at donald.fuqua@aoc.gov any time if it helps you to provide a better response with the answers known)





d) What would be your anticipated duration of the time required to provide and deliver the boiler noted in this scope of work?





e) Please provide examples of past contracts within the past three years that are either completed or ongoing where you have provided equipment similar to the boiler described in the scope of work. Please provide the awarded contract dollar amount as well.





f) Please provide confirmation that the contractor either has a Boiler in the company’s possession or if it will be acquired separately.





g) Assert whether the contractor will provide the services 100% in-house or specify specific tasks that will be subcontracted out. If task(s) will be subcontracted, the contractor shall specify which task(s) will be subcontracted out.





h) Please provide any recommendations or other information you believe will be of interest to the Government.





Please email responses to Donald Fuqua at donald.fuqua@aoc.gov by noon on 4/20/2023.





Interested contractors should submit an electronic copy of the requested information via e-mail to the Contracting Officer, Donald Fuqua, at Donald.Fuqua@aoc.gov no later than 4/20/23, at 12:00 noon, as well as add yourself to the interested party listing within this RFI in Sam.Gov. All correspondence sent via email shall contain a subject line that reads "AOC Boiler Purchase." Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only.pdf, doc, docx, xsls or .xls documents are attached to your email. All other attachments may be deleted.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 2nd & D Streets, SW FHOB - Room 264
  • Washington , DC 20515
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >