SOLICITATION NOTICE
Z -- Service to replace the Boiler at the Bulk Fuels Personnel Building at the New Hampshire Air National Guard.
- Notice Date
- 9/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 157 LS/LGC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, NH 03803-0157
- ZIP Code
- 03803-0157
- Solicitation Number
- W912TF04T1010
- Response Due
- 9/24/2004
- Archive Date
- 11/23/2004
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The New Hampshire Air National Guard has a requirement for A Boiler Replacement at the Bulk Fuels Personnel Building at Pease Air National Guard Base. We intend to award as a sole source to Northeast Mechanical Corp 139 Cash Street South Portland Maine 04106-6205 under the authority of FAR Part 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Services are non-personal to provide all plant, labor, transportation, materials, equipment necessary to replace existing CB-Hawk ICS heat plant boiler operating system at Pease Air National Guard Base, Newington, New Hampshire, Project number MR42522. This procurement will be issued as a 100% sm all business set aside and will be made using a firm-fixed price contract. The North American Industry Classification System (NAICS) Code is 238210 and the Size Standard for Small Businesses is $11.5 million. STATEMENT OF WORK IS AS FOLLOWS: REPLACE CD-HA WK ICS SYSTEM 1. LOCATION: 1.1. The location of the work is within the cantonment area of the Pease Air National Guard Base, Newington, New Hampshire. Specific work location within the Base is building 165, Bulk fuels Personnel Building. 2. DESCRIPTION OF WORK: 2.1. The work consists of furnishing all labor, plant, materials, and equipment, And performing all work necessary for complete and functional replacement of existing CB-HAWK ICS heat plant boiler operating system. 3. PRINCIPAL FEATURES: 3.1. The w ork to be performed includes the following principle features: (The quantities of work listed are approximate and are provided only for the purpose of illustrating the general magnitude of work. The brief descriptions of work do not in any way limit the re sponsibility of the contractor to perform all work and furnish labor, material, and equipment shown, specified or reasonably inferred by the specifications and drawings for the project.) 3.2. Removal of existing CB-Hawk ICS system. 3.3. Work to isolate on e of the three boilers to keep plant operational. 3.4. Intermediate System Package shall be installed in the existing control cabinets and will contain the following. Programmable logic control (PLC) system, CB-780 burner management control, 10 Ethernet T ouch screen which provides color screen and graphic imaging of boiler system, device net communication which allows communication between the boilers devices, burner firing rate/modulation control, thermal shock protection with low fire hold and minimum te mperature control, remote modulation control, steam pressure transmitter and monitoring, alarm and diagnostics screens in plain text, two boiler lead-lag capabilities, water (shell) temperature transmitter and monitoring, factory electrical prints, gas pre ssure transmitters to measure pressure, viewable on the HMI touch screen. 3.5. After installation of the new CB-Hawk ICS system shall provide automatic sequencing of the boiler through standby, pre-purge, pilot flame establishing period, main flame establishing period, run and post pur ge, flame proving and lockout on flame failure during pilot flame proving, main flame proving , or run, lo fire damper/valve position for flame ignition trials, full modulating control of fuel and combustion air, utilize solid state controls and sensors to provide various control functions, such as: on/off and modulating control, Modulating control algorithm shall be Proportional-Integral-Derivative type, thermal shock protection based on water temperature and boiler set point, various high and low limit al arms and shutdowns. 3.6. Touch Screen operator interface and monitoring: manual control of the boiler firing rate utilizing cont rol screens on the HMI to increment and decrement the firing rate, on screen indication of burner management controller status and diagnostics, on screen real-time display of all connected process parameters, on screen display of system alarms and faults, on screen history of alarms and faults, on screen recommendation for troubleshooting fault conditions, alarm/fault history, tamper resistant control logic and password protection, boiler efficiency calculation, remote modulation or firing rate set point co ntrol, assured low fire cut-off, and assured start permissive safety interlocking. 3.7. System environmental conditions: supply voltage 120 VAC (+10%/-15%) to or 60 Hz, maximum total connected load: 2000 VA, operating temperature limits: 32 to 130 deg Far. ,, 85% RH continuous, and non-condensing humidity 0.5G continuous vibration. 4. COMMENCEMENT, PROSECTION, AND COMPLETION OF WORK 4.1 By submitting a bid, the contractor agrees, if a contract is awarded to him/her to: 4.1. Commence work under this contract within thirty (30) calendar days After the date the contractor receives notice to proceed or completed contract. 4.2. Prosecute the work diligently, and Complete the entire work ready for use no later than five (5) ca lendar Days after the required commence of work. 5. GOVERNMENT PERFORMED WORK 5.1. The Government will perform the following: 5.2. The Contracting Officer will establish the boundary of Contractors Work area including staging area, and the Government will limit its activities inside the work area to a minimum during the time the co ntactor is at work. 5.3. The government will furnish the following: Provide escorts whenever necessary if the need arises and will provide assistance for operating the Heat Plant for testing and checking operation of the new CB-Hawk ICS control system. The Clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this solicitation. The Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this solicitat ion. The Clause at FAR 52.225-1 Buy American Act Supplies applies to this solicitation. The Clause at FAR 52.222-41 Service Contract Act of 1965 as Amended applies to this solicitation. The Clause at FAR 52.232-33, Payment by Electronic Funds Transfer-C entral Contractor Registration applies to this solicitation. The Clauses at DFARS 252.204-7004, Required Central Contractor Registration and at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this synopsis/solicitation. Closing date is 24 September 2004 09:00 AM. POC for this solicitation is SMSgt Carol Barrette commercial (603) 430-3437, FAX (603) 430-3428,(e-mail carol.barrette@nhpeas.an g.af.mil).
- Place of Performance
- Address: 157 MSG/MSC Contracting Office 302 Newmarket ST Bldg 145, PEASE ANGB NH
- Zip Code: 03803-0157
- Country: US
- Zip Code: 03803-0157
- Record
- SN00676583-W 20040920/040918211630 (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 |