SOLICITATION NOTICE
N -- Furnish and Install of Cental Air Condition System complete in the Administration Building at Albany Field Office, Troy , New York
- Notice Date
- 4/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-08-T-0021
- Response Due
- 5/9/2008
- Point of Contact
- Albert C Rumph, Phone: 9177908078
- E-Mail Address
-
albert.c.rumph@usace.army.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- INSTALLATION OF CENTRAL AIR-CONDITIONING ADMINISTRATION BUILDING ALBANY FIELD OFFICE, TROY, NEW YORK The U.S. Army Corps of Engineers, New York District intends to issue a Request for Quote (RFQ) for the award of a firm-fixed price contract for Furnishing and Installing Central Air Condition System at Albany Field Office, Troy, New York. 1. General: The work consists of providing all labor, parts and material required for installation of a Central Air Conditioning system in the US Army Corps of Engineers Administration Building located at the Albany Field Office, 1 Bond Street, Troy, NY. 1.1 Scope: The contractor shall furnish and install a Central Air Conditioning System complete in the Administration Building. The system shall include two (2) conditioning units (minimum of 4 tons each) capable of providing two zones of cooling in the building. The Contractor is required to determine the locations, size and quantity of supply and return air duct lines and registers needed for proper cooling of each room/area of the building. The contractor is also required to determine the best layout for all other components of the HVAC system and submit his proposed layout for approval by the Contracting Officer.. 1.2 Existing conditions: The Administration Building is a slab on grade, one story masonry construction office building. The outside building dimensions are 38 feet X 106 feet totaling 4,028 square feet. The existing heating system is a natural gas fired boiler with hot water base board heat. The building floor plan is an attachment to these specifications. The height of the attic at the center of the building is 5 feet and the slope of the roof is 2/12. Access to the attic is a pull-down stairway located in the supply room inside the building. The existing electrical distribution panel for the Administration Building is located in the boiler room which is adjacent to the supply room but has a separate access through an exterior door. Three phases and 208 volts are available. It should be noted that the boiler room ceiling beams are coated with asbestos fire proofing and that the hot water pipes are asbestos wrapped. 1.3 Work site visit: There is a mandatory pre-bid site visit required. All bidders are required to visit the project work site to view the existing conditions and determine the best layout for the Central Air Conditioning System. The site visit may be arranged by contacting Richard Campbell at the Albany Field Office (518-273-0870). 1.4 Installation, Inspection and Testing: The contractor shall install all equipment in accordance with the manufacturers instructions and all governing codes for the particular work. The contractor shall perform all required testing to test each aspect of the system to assure the system is fully functional. The contractor shall provide an overview of the operational features of the system to a designated representative of the COR. Final acceptance of the system is the responsibility of the COR. All work associated with installation, inspection and testing shall be completed no later than 45 days following the date of award of the contract. 1.5 Restrictions: The contractor shall not disturb any areas where asbestos is located. Due to the presence of asbestos in the boiler room, the contractor shall avoid use of the boiler room ceiling to run refrigeration and electrical lines to the attic. The Contractor shall determine and recommend for approval his preferred routing for electric and refrigerant lines to avoid disturbance of asbestos and may include routing the lines through the soffit area on the east side of the building near the ladies bathroom into the attic space. 2. SPECIFICATIONS: 2.1 General: The contractor shall furnish two (2) air conditioning units (minimum of four tons each) with appropriate blowers and separate thermostatic controls to effectively create two zones for cooling in the Administration Building. The exterior compressor and condenser coil units shall be located on the east side of the building immediately adjacent to the boiler room and shall be mounted on concrete slabs or acceptable precast concrete pads furnished by the contractor. Interior evaporator coils and blowers shall be mounted and properly supported in the Administration Building attic. 2.2. Duct Work: All duct work shall be installed in the attic of the Administration Building. All duct work shall be properly insulated. 2.2.1. Main Trunk Duct: The main trunk duct shall be rigid sheet metal and shall be installed adjacent to the center walkway in the Administration Building attic. Inspection or maintenance access points shall be located in the metal duct work at an interval no greater than every 25 feet, with the first access location adjacent to each of the blowers. 2.2.2. Supply and Return lines: The contractor shall determine the number, size and location of required supply and return lines for each individual room of the Administration Building to provide proper air flow for cooling. Rigid or flexible ducts may be used for the distribution lines leading to the individual supply registers. The contractor shall also furnish and install all supply and return registers (selection by Contracting Officer from standard manufacturer offerings). 2.3. Electrical Work: The contractor shall furnish and install a new electrical panel wired to the existing electrical distribution panel in the Administration Boiler Room. The new electrical panel shall be appropriately sized for the electrical requirements of the air conditioning system. The contractor shall also furnish and install all required circuit breakers, components, switches, thermostats, wiring, conduits, etc. required for proper installation of the air conditioning system complete. The contractor shall also provide and install two maintenance safety shut off exterior breaker boxes with appropriately sized circuit breakers adjacent to the two exterior compressor and condensing coils and a safety shut off switch near each blower unit. All electrical wires shall be placed in appropriate conduit. All electrical work is required to meet applicable National Electrical Code. All work shall be performed in accordance with US Army Corps of Engineers Safety and Health Requirements Manual, EM385-1-1. 2.4 Equipment Requirements: 2.4.1. Equipment Warranty: 10 year Limited warranty on compressor, evaporator, and Condenser Coils, 5 year Limited Warranty on ancillary parts and 1 year on labor. 2.4.2. Seasonal Energy Efficiency Rating (SEER): 13 or greater. 2.4.3. Air Conditioning Units shall contain the following: Compressor Internal Overload Protection and Internal Pressure Relief for High Temperatures and High Pressures, Refrigeration Grade Copper Tubing and Aluminum Fin Coils, Factory Installed Anti-Short Cycle Protector, Factory Installed High and Low Pressure Control Devices, Factory installed Compressor Sound Blanket. In addition, the refrigerant shall have no ozone-depletion potential. 2.4.4. Maintenance shut off switches: shall be installed adjacent to each external compressor/condenser unit and each interior blower motor. 2.4.5. Thermostats: Two (2) Seven-day programmable thermostats shall be provided and installed at appropriate locations within the building to provide proper zoned temperature control. 3. SUBMITTALS: 3.1. Layout: Prior to start of installation, the Contractor shall submit for Contracting Officer approval his proposed locations for installation of all system components including electrical panels, exterior compressor/condensing units, interior evaporators/blowers, duct work, supply/return lines and registers, thermostats, and electrical conduit and wiring. 3.2. Manufacturer Information: The Contractor shall submit and comply with the manufacturers installation requirements for the air conditioning system to provide a 10-year parts warranty. 3.3. As-built Drawings: Contractor shall submit as-built drawings before final payment. 4. DISPOSAL OF WASTE: All waste generated during the project shall be collected and removed from the site and legally disposed of at a New York State approved landfill facility. 5.0 PAYMENTS: Payment at the contract lump sum (LS) price for Item No. 0001, Installation Central Air Conditioning System which price shall include all costs for labor, equipment, materials, and incidentals associated with installing a new Central Air Conditioning System complete as described herein including the proper disposal of all construction debris. Payment will be made thirty days after receipt of a proper invoice following completion and acceptance of all work. This project is being solicited as SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. The applicable NAICS Code is 238220 with a small business size standard of $13,000,000. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at www. FEDTEDS.gov. Project Scope of work are portable document files (PDF) and can be viewed, navigated, or printed using Adobe Acrobat Reader. Minimum system requirements are Pentium-based personal computer, Microsoft Windows 95 or greater, and 32 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments that may be issued to the solicitation. Utilization of the internet is the preferred method. Solicitation documents for this effort will be available on or about 25 April 2008. The Request for Quotes will be due on 9 May 2008 at 2:00 P.M. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The Contract Specialist for this procurement is Albert Rumph and can be reached via email at Albert.C.Rumph@usace.army.mil or at phone number 917-790-8078. The technical manager is William Petronis at phone number (518) 273-0870.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=edd174ff8ab207435e85bc103889eae3&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN01563054-W 20080501/080429215954-db9c75370dd9400f88eda49d36c49ac7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |