Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2003 FBO #0488
SOURCES SOUGHT

99 -- HVAC UPGRADE, KANKAKEE AFSS, KANKAKEE, ILLINOIS

Notice Date
3/31/2003
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, FAA, Great Lakes Region (AGL)
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-03-R-34361
 
Point of Contact
Melody McGovern, 847/294-7347
 
E-Mail Address
Email your questions to Melody.McGovern@faa.gov
(Melody.McGovern@faa.gov)
 
Description
This scope of work covers the requirements of the Federal Aviation Administration (FAA) for the upgrade of the HVAC system at the Kankakee Automated Flight Service Station (AFSS) at the Greater Kankakee Municipal Airport in Kankakee, Illinois. Scope of Work: The project includes demolition work, relocation of mechanical equipment, and new construction. Work includes, but is not limited to, the following: 1. Remove existing 40 ton split system that includes package AHU in the Mechanical room 130, and its outdoor condensing unit. Work shall also include refrigerant piping, valves and associated electrical conduits, control components removal. 2. Remove existing two (2) 10-ton split systems that include two (2) AHUs in the Automation room, and two (2) outdoor condensing units. Work shall also include refrigerant piping, valves and associated electrical conduits, control components removal. 3. Remove existing pneumatic controls, tubing including its associated components and panels. 4. Remove existing thermostats, diffusers, return air grilles, vav boxes and ductwork as indicated on the drawings. Coordinate work with the FAA Resident Engineer (RE) 5. Remove existing steam generator/humidifier in the Mechanical room 130 and its associated piping and controls. 6. Remove existing blender fan above the ceiling in corridor 127. 7. Remove and salvage existing air compressor in the Mechanical room 130. 8. Remove existing relief hood at roof located above the Mechanical room 130 9. Provide temporary cooling/heating while existing HVAC unit is being removed. 10. Install one package 13-ton HVAC unit for the Administration zone including VFD and its controls. 11. Install two (2) 10-ton split HVAC systems for the Operations zone including VFDs and its controls. 12. Install two (2) 10-ton split HVAC systems for the Automation zone including VFDs and its controls. 13. Install complete temperature control systems including interlock for all new HVAC and existing fire alarm systems. HVAC controls shall be located in the Mechanical room. All temperature sensors shall be temper-proof type. 14. Install steam gererators/humidifiers for the Administration and Operations zones. 15. Install exhaust fan for the Operations zone. 16. Replace all acoustical tile ceiling panels in the facility and repaint ceiling grids. 17. Perform HVAC testing, adjusting, and balancing work for all new systems. Testing and Balancing contractor shall coordinate with FAA RE. 18. Replacement of panelboard P1; installation of new panelboard EP5; modification of existing panelboards; removal of existing circuits and installation of new circuits. Miscellaneous coordination work and all other work as indicated on drawings and in the specifications. Offer range is between $325,000 to $375,000 with a performance time of approximately 90 calendar days. Construction start is expected to be in June 2003. Interested firms should request a pre-qualification Screening Information Request (SIR) Application No. DTFAGL-03-R-34361. SIR application is to be filled out and returned to evaluate the applicants relevant and current past performance history. Requests will be honored via fax (847/294-7801), by letter or email (melody.mcgovern@faa.gov) only. No telephone requests will be accepted. REQUESTS FOR THE SIR APPLICATION PACKAGE WILL BE ACCEPTED ON OR BEFORE CLOSE OF BUSINESS APRIL 8, 2003. Interested firms MUST SPECIFY THEIR BUSINESS SIZE STATUS AND THEIR EMAIL ADDRESS IN THEIR REQUEST. Based on responses, this acquisition could be set-aside for SEDB or 8(a) competition. Upon completion of evaluation process, only those firms determined to be qualified will be sent a Request for Offer (RFO). The RFO is anticipated to be available by May 2003. For informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00291574-W 20030402/030331213254 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.