SOLICITATION NOTICE
Y -- RECOVERY Y--Recovery Act Renovation of the Morgue HVAC
- Notice Date
- 6/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs, Oklahoma City VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street;Oklahoma City OK 73104
- ZIP Code
- 73104
- Solicitation Number
- VA-256-09-RA-0278
- Response Due
- 6/25/2009
- Archive Date
- 8/24/2009
- Point of Contact
- Demarcus ThompsonContract Specialist<br />
- E-Mail Address
-
Contract Specialist
(demarcus.thompson@med.va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, 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. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 as corrected.The VA Medical Center, 921 N.E. 13th Street, Oklahoma City, OK 73104 has a requirement for the Renovation of the Morgue HVAC system. The Contractor shall furnish all labor, materials, equipment, and supervision necessary to accomplish the work in accordance with the scope of work, specifications, and requirements currently in effect for Construction Safety as described in U.S. Department of Labor Standards (OSHA 20 CFR 1926), National Fire Protection Association Code (NFPA) and Underwriters Laboratories, Inc. (UL). The work shall be completed within 90 calendar days following Notice to Proceed (NTP). The NAICS (North American Industry Classification System) Code is 238220. The government estimated cost range is between $25,000 and $100,000. The solicitation is 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns capable of performing the required work. There will be a pre-bid meeting and walk thru conducted on 17 June 2009 at 10:00 a.m. (local time). All interested bidders are to meet at the Oklahoma City VAMC Main Building on the 9th Floor Engineering Conference Room at 9:45 a.m. All requests for information must be in writing and sent to the Contracting Officer by 3:00 p.m. on 16 June 2009. Period of performance will be 90 days after receipt of notice to proceed. Proposals are due on 6-25-2009 at 10:00 AM CST. STATEMENT OF WORK 1. Remove existing morgue exhaust fan on roof. 2. Provide and install new exhaust fan to replace the existing. Contractor shall provide accessories necessary for new fan. (See attach) 3. Contractor shall balance the exhaust fan system after finish the installation of the new exhaust fan. 4. Contractor shall provide New Air Handling Unit for government. The Air Handling Unit shall include the following: FAN: 2,000 cfm, 1.0 Ext. Static Pressure, 1.5 HP motor, 208 Volt, 3 Phase, 60 Cycle. COOLING COIL: Total Capacity 128,560 btu/hr, Sensible 86,400 btu/hr, Entering air 105 F D.B., 74 F W.B. Leaving air 55 F D.B., 54 F W.B., Entering water 45 F Leaving water 57F Coil 21.4 GPM chilled water flow HEATING COIL: Total heating capacity 97,200 btu/hr Entering air 10 F, Leaving air 55 F. Steam Pressure 15 psi, Condensate flow 101.1 lb/hr. FILTER: 2" throwaway 45% pre-filter and 98% final filter. Air Handling Unit shall be TEMTROL with L. J. Wing IFB Steam Heating Coil or approved equal.. 5. Contractor shall provide one (1) package chiller, 11 ton capacity. The chiller shall include Variable capacity compressor, Back Water Connection, Heat Tracing, Variable speed condenser fan, Phase and blown-out protection, DDC control, Primary water pump package, and compression tank. Package Chiller shall be AAON LC-12 or approved equal. DESCRIPTIONQTY.UNITUNIT PRICESTOTAL AMOUNT CLIN 0001Removal: Construction work to include all demolition and removal of existing morgue exhaust fan on roof. Bid item shall include disposal of debris generated in accordance with applicable regulations.1JOB CLIN 0002Fabrication and Delivery: Construction work to include fabrication and delivery by providing and installing new exhaust fan to replace the existing. Contractor shall provide all accessories necessary for new fan.1JOB CLIN 0003Installation: Contractor shall provide New Air Handling Unit for government. The Air Handling Unit shall include the following: FAN: 2,000 cfm, 1.0 Ext. Static Pressure, 1.5 HP motor, 208 Volt, 3 Phase, 60 Cycle. COOLING COIL: Total Capacity 128,560 btu/hr, Sensible 86,400 btu/hr, Entering air 105 F D.B., 74 F W.B. Leaving air 55 F D.B., 54 F W.B., Entering water 45 F Leaving water 57F Coil 21.4 GPM chilled water flow HEATING COIL: Total heating capacity 97,200 btu/hr Entering air 10 F, Leaving air 55 F. Steam Pressure 15 psi, Condensate flow 101.1 lb/hr. FILTER: 2" throwaway 45% pre-filter and 98% final filter. Air Handling Unit shall be TEMTROL with L. J. Wing IFB Steam Heating Coil or approved equal.. 1JOB CLIN 0004Start Up and Testing: Contractor to provide commissioning assistance during start-up of the unit to ensure the unit is operating in the safest and most efficient manner possible. Contractor responsible for repairing any issues associated with newly installed components. Contractor shall balance the exhaust fan system after finishing the installation of the new exhaust fan.1JOB CLIN 0005Purchase: Contractor shall provide one (1) package chiller, 11 ton capacity. The chiller shall include Variable capacity compressor, Back Water Connection, Heat Tracing, Variable speed condenser fan, Phase and blown-out protection, DDC control, Primary water pump package, and compression tank. Package Chiller shall be AAON LC-12 or approved equal. 1JOB TOTAL PRICE $ CONTRACT CLAUSES 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (MAY 2004) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2009) ALTERNATE II (MAY 2009) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.237-1 SITE VISIT (APR 1984) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) SOLICITATION PROVISIONS VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (FEB 2009) ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUNE 2007) CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS WD 05-2431 (Rev.-8) was first posted on www.wdol.gov on 06/02/2009 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | Wage Determination No.: 2005-2431 Shirley F. Ebbesen Division of | Revision No.: 8 Director Wage Determinations| Date Of Revision: 05/26/2009 State: Oklahoma Area: Oklahoma Counties of Alfalfa, Atoka, Beckham, Blaine, Bryan, Caddo, Canadian, Carter, Cleveland, Coal, Custer, Dewey, Ellis, Garfield, Garvin, Grady, Grant, Harper, Hughes, Johnston, Kingfisher, Lincoln, Logan, Love, Major, Marshall, McClain, Murray, Noble, Oklahoma, Payne, Pontotoc, Pottawatomie, Roger Mills, Seminole, Washita, Woods, Woodward SECTION 23 73 00 INDOOR CENTRAL-STATION AIR-HANDLING UNITS PART 1 GENERAL 1.1 DESCRIPTION A.Air handling units including integral components specified herein. B.Definitions: Air Handling Unit (AHU): A factory fabricated assembly consisting of fan, coils, filters, and other necessary equipment to perform one or more of the following functions of circulating, cleaning, heating, cooling, humidifying, dehumidifying, and mixing of air. Design capacities of units shall be as scheduled on the drawings. 1.2 RELATED WORK A.General mechanical requirements and items, which are common to more than one section of Division 23: Section 23 05 11, COMMON WORK RESULTS FOR HVAC AND STEAM GENERATION. B.Sound and vibration requirements: Section 23 05 41, NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT. C.Piping and duct insulation: Section 23 07 11, HVAC, PLUMBING, AND BOILER PLANT INSULATION. D.Piping and valves: Section 23 21 13 / 23 22 13, HYDRONIC PIPING / STEAM AND CONDENSATE HEATING PIPING. E.Heating and cooling coils and pressure requirements: Section 23 82 16, AIR COILS. F.Return and exhaust fans: Section 23 34 00, HVAC FANS. G.Requirements for flexible duct connectors, sound attenuators and sound absorbing duct lining, and air leakage: Section 23 31 00, HVAC DUCTS AND CASINGS. H.Air filters and filters' efficiency: Section 23 40 00, HVAC AIR CLEANING DEVICES. I.HVAC controls: Section 23 09 23, DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC. J.Testing, adjusting and balancing of air and water flows: Section 23 05 93, TESTING, ADJUSTING, AND BALANCING FOR HVAC. K.Types of motors: Section 23 05 12, GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT. L.Types of motor starters: Section 26 29 11, LOW-VOLTAGE MOTOR STARTERS. 1.3 QUALITY ASSURANCE A.Refer to Article, Quality Assurance, in Section 23 05 11, COMMON WORK RESULTS FOR HVAC AND STEAM GENERATION. B.Air Handling Units Certification: Certify air-handling units in accordance with ARI 430. C.Heating, Cooling, and Air Handling Capacity and Performance Standards: ARI 430, ARI 410, ASHRAE 51, and AMCA 210. D.Performance Criteria: 1.The fan schedule indicates design cubic meter per minute (cubic feet per minute) and design static pressure. Scheduled fan motors, 375 watts (1/2 horsepower) and larger, are sized for the maximum of design cubic meter per minute (cubic feet per minute) at 110 percent design static pressure, but not to exceed 187 Pa (3/4 inch water gage) additional pressure. 2.Fans and motors shall be capable of stable operation at design conditions cubic meters per minute (cubic feet per minute) and 110 percent pressure as stated above. 3.Lower than design pressure drop of approved individual components may allow use of a smaller fan motor and still provide the safety factor. When submitted as a deviation, a smaller motor may be approved in the interest of energy conservation. Such a deviation shall not qualify for any value engineering incentive claim or reward. 4.Select fan operating point to right hand side of peak static pressure point and near the peak of static efficiency. 5.Operating Limits: AMCA 99. E.Units shall be constructed by a manufacturer who has been manufacturing air handling units for at least five (5) years. F.Units shall be shipped in one (1) piece where possible and in shrink wrapping to protect the unit from dirt, moisture and /or road salt. Shipping splits can be provided as required for installation. Lifting lugs will be supplied on each side of the split to facilitate rigging and joining of segments. 1.4. SUBMITTALS: A.The contractor shall, in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES, furnish a complete submission for all air handling units covered in the project. The submission shall include all information listed below. Partial and incomplete submissions shall be rejected without reviews. B.Manufacturer's Literature and Data: 1.Submittals for AHUs shall include fans, drives, motors, coils, humidifiers, mixing box with outside/return air dampers, filter housings, and all other related accessories. The contractor shall provide custom drawings showing total air handling unit assembly including dimensions, operating weight, access sections, diffusion plates, flexible connections, door swings, controls penetrations, electrical disconnect, lights, duplex receptacles, switches, wiring, utility connection points, unit support system, vibration isolators, drain pan, pressure drops through each component (filter, coil etc) and rigging points. Submittal drawings of section or component only, will not be acceptable. Contractor shall also submit performance data including performance test results, charts, curves or certified computer selection data; data sheets; fabrication and insulation details; and the number of pieces that each unit will have to be broken into to meet shipping and job site rigging requirements. This data shall be submitted in hard copies and in electronic version compatible to AutoCAD version used by the VA at the time of submission. 2.Submit sound power levels in each octave band for fan and at entrance and discharge of AHUs at scheduled conditions. Include sound attenuator capacities and itemized internal component attenuation. Internal lining of supply air ductwork with sound absorbing material is not permitted. In absence of sound power ratings refer to Section 23 05 41, NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT. 3.Provide fan curves showing cubic meters per minute (cubic feet per minute), static pressure, efficiency, and horsepower for design point of operation and at maximum design cubic meters per minute (cubic feet per minute) and 110 percent of design static pressure. 4.Submit total fan static pressure, external static pressure, for AHU including total, inlet and discharge pressures, and itemized specified internal losses and unspecified internal losses. Refer to air handling unit schedule on drawings. C.Maintenance and operating manuals in accordance with Section 01 00 00, GENERAL REQUIREMENTS. Include instructions for lubrication, filter replacement, motor and drive replacement, spare part lists, and wiring diagrams. D.Submit written test procedures two weeks prior to factory testing. Submit written results of factory tests for approval prior to shipping. 1.5 APPLICABLE PUBLICATIONS A.The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. B.Air Conditioning and Refrigeration Institute (ARI): 260-01Sound Rating of Ducted Air Moving and Conditioning Equipment 410 01Standard for Forced-Circulation Air-Heating and Air-Cooling Coils 430 89Standard for Central Station Air Handling Units ARI DCAACPDirectory of Certified Applied Air Conditioning Products C.Air Moving and Conditioning Association (AMCA): 210 00Laboratory Methods of Testing Fans for Rating D.Anti Friction Bearing Manufacturer's Association, Inc. (AFBMA): 9 90Load Ratings and Fatigue life for Ball Bearings E.American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE): 51 01Standard, Laboratory Methods of Testing Fans for Rating F.American Society for Testing and Materials (ASTM): A653/653M-02Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process B117 97Salt Spray (Fog) Testing C1071 00Thermal and Acoustical Insulation (Mineral Fiber, Duct Lining Material) D1654 00Standard Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments D1735 97Water Resistance of Coatings Using Water Fog Apparatus D3359 95Standard Test Methods for Measuring Adhesion by Tape Test E84 01Surface Burning Characteristics of Building Materials G.Anti Friction Bearing Manufacturer's Association, Inc. (AFBMA): 9 90Load Ratings and Fatigue life for Ball Bearings H.Military Specifications (Mil. Spec.): DOD-P-21035A-77Paint, High Zinc Dust Content, Galvanizing Repair I.National Fire Protection Association (NFPA): 90A 99Installation of Air Conditioning and Ventilating Systems PART 2 - PRODUCTS 2.1 AIR HANDLING UNITS A.General: 1.AHUs shall be entirely of double wall galvanized steel construction. Casing is specified in paragraph 2.1.C. Foil face lining is not an acceptable substitute for double wall construction. Galvanizing shall be hot dipped conforming to ASTM A525 and shall provide a minimum of 0.275 kg of zinc per square meter (0.90 oz. of zinc per square foot) (G90). Aluminum constructed units may be provided subject to VA approval and documentation that structural rigidity is equal or greater than the galvanized steel specified. 2.The contractor and the AHU manufacturer shall be responsible for insuring that the unit will not exceed the allocated space shown on the drawings, including required clearances for service and future overhaul or removal of unit components. All structural, piping, wiring, and ductwork alterations of units, which are dimensionally different than those specified, shall be the responsibility of the contractor at no additional cost to the government. 3.AHUs shall be fully assembled by the manufacturer in the factory in accordance with the arrangement shown on the drawings. The unit shall be assembled into the largest sections possible subject to shipping and rigging restrictions. The correct fit of all components and casing sections shall be verified in the factory for all units prior to shipment. All units shall be fully assembled, tested and then split to accommodate shipment and job site rigging. On units not shipped fully assembled, the manufacturer shall tag each section and include air flow direction to facilitate assembly at the job site. Lifting lugs or shipping skids shall be provided for each section to allow for field rigging and final placement of unit. 4.The AHU manufacturer shall provide the necessary gasketing, caulking, and all screws, nuts, and bolts required for assembly. The manufacturer shall provide a local representative at the job site to supervise the assembly and to assure the units are assembled to meet manufacturer's recommendations and requirements noted on the drawings. Provide documentation that this representative has provided this service on similar jobs to the Contracting Officer. If a local representative cannot be provided, the manufacturer shall provide a factory representative. 5.Gaskets: All door and casing and panel gaskets and gaskets between air handling unit components, if joined in the field, shall be high quality which seal air tight and retain their structural integrity and sealing capability after repeated assembly and disassembly of bolted panels and opening and closing of hinged components. Bolted sections may use a more permanent gasketing method provided they are not disassembled. 6.Structural Rigidity: Provide structural reinforcement when required by span or loading so that the deflection of the assembled structure shall not exceed 1/200 of the span based on a differential static pressure of 1991 Pa (8 inches water gage) or higher. B.Base: 1.Provide a heavy duty steel base 150 mm (6 inch) mounting legs for supporting all AHU major components. Bases shall be constructed of wide-flange steel I-beams, channels, or minimum 125 mm (5 inch) high 3.5 mm (10 gauge) steel base rails. Welded or bolted cross members shall be provided as required for lateral stability. Contractor shall provide supplemental steel supports as required to obtain proper operation heights for cooling coil condensate drain trap and steam coil condensate return trap as shown on drawings. 2.AHUs shall be completely self supporting for installation on concrete housekeeping pad, steel support pedestals, or suspended as shown on drawings. 3.The AHU bases not constructed of galvanized material shall be cleaned, primed with a rust inhibiting primer, and finished with rust inhibiting exterior enamel. C.Casing (including wall, floor and roof): 1.General: AHU casing shall be entirely double wall insulated panels, integral of or attached to a structural frame. Construction shall be such that removal of any panel shall not affect the structural integrity of the unit. Casing finished shall meet ASTM B117 125-hour or better salt-spray test (5 percent solution). All casing and panel sections shall be tightly butted and gasketed. No gaps of double wall construction will be allowed where panels bolt to air handling unit structural member. Structural members, not covered by the double wall panels, shall have equivalent insulated double wall construction. 2.Double wall galvanized steel panels shall be minimum 51 mm (2 inches) thick, constructed of minimum 1.3 mm (18 gauge) outer skin and 1.0 mm (20 gauge) solid or perforated inner skin. Perforated panels (inner skin) are not allowed in cooling coil sections, floors, door panels and where solid sheet is required to avoid air bypass. 3.Blank-Off: Provide where required to insure no air bypass between sections, through perforated panels or around coils or filters. Blank-Off shall be installed at each component of the air handling unit and also at the internal panels to prevent recirculation of the air through perforated panels. Seal any holes where bypass occurs. 4.Insulation: High density, insulation shall be encased in double-wall casing between exterior and interior panels such that no insulation can erode to the air stream. Insulation shall be 50 mm (2 inch) thick, 24 kg/m3 and (1.5 lb/ft3) with a thermal conductivity R of approximately 13.8 W/m.K (8.0 BTU/hr-ft2 OF). Air handling units with less than 50 mm (2 inch) of insulation in any part of the walls, floor, roof or drain pan shall not be acceptable. The insulation shall comply with NFPA 90-A for the flame and smoke generation requirements. Also, refer to specification Section 23 07 11, HVAC, PLUMBING, AND BOILER PLANT INSULATION. 5.Condensation through metal connections between inner and outer panels shall be kept to an absolute minimum. 6.Casing panels shall be secured to the support structure with stainless steel or zinc-chromate plated screws and gaskets installed around the panel perimeter. Panels shall be completely removable to allow removal of fan, coils, and other internal components for future maintenance, repair, or modifications. Welded exterior panels are not acceptable. 7.Access Doors: Provide in each access section and where shown on drawings. Doors shall be a minimum of 50 mm (2 inches) thick with same double wall construction as the unit casing. Doors shall be a minimum of 600 mm (24 inches) wide, unless shown of different size on drawings, and shall be the full casing height up to a maximum of 1850 mm (6 feet). Doors shall be gasketed, hinged, and latched to provide an airtight seal. The access doors for fan section, mixing box, humidifier coil section shall include a minimum 150 mm x 150 mm (6 inch x 6 inch) double thickness, with air space between the glass panes tightly sealed, reinforced glass or Plexiglas window in a gasketed frame. a.Hinges: Manufacturers standard, designed for door size, weight and pressure classifications. Hinges shall hold door completely rigid with minimum 45 kg (100 pound) weight hung on latch side of door. b.Latches: Non-corrosive alloy construction, with operating levers for positive cam action, operable from either inside or outside. Doors that do not open against unit operating pressure shall allow the door to ajar and then require approximately 0.785 radian (45 degrees) further movement of the handle for complete opening. Latch shall be capable of restraining explosive opening of door with a force not less than 1991 Pa (8 inches water gage). c.Gaskets: Neoprene, continuous around door, positioned for direct compression with no sliding action between the door and gasket. Secure with high quality mastic to eliminate possibility of gasket slipping or coming loose. 8.Provide sealed sleeves, metal or plastic escutcheons or grommets for penetrations through casing for power and temperature control wiring and pneumatic tubing. Coordinate with electrical and temperature control subcontractors for number and location of penetrations. Coordinate lights, switches, and duplex receptacles and disconnect switch location and mounting. All penetrations and equipment mounting may be provided in the factory or in the field. All field penetrations shall be performed neatly by drilling or saw cutting. No cutting by torches will be allowed. Neatly seal all openings airtight. D.Floor: 1.Unit floor shall be level without offset space or gap and designed to support a minimum of 488 kg/square meter (100 pounds per square foot) distributed load without permanent deformation or crushing of internal insulation. Provide adequate structural base members beneath floor in service access sections to support typical service foot traffic and to prevent damage to unit floor or internal insulation. Unit floors in casing sections, which may contain water or condensate, shall be watertight with drain pan. 2.Where indicated, furnish and install floor drains, flush with the floor, with nonferrous grate cover and stub through floor for external connection. E.Condensate Drain Pan: Drain pan shall be designed to extend entire length of cooling coils including headers and return bends. Depth of drain pan shall be at least 43 mm (1.7 inches) and shall handle all condensate without overflowing. Drain pan shall be of double wall construction of 304 stainless steel and have a minimum of 50 mm (2 inch) insulation, and shall be sloped to drain. Drain pan shall be continuous metal or welded watertight. No mastic sealing of joints exposed to water will be permitted. Drain pan shall be placed on top of casing floor or integrated into casing floor assembly. Drain pan shall be pitched in all directions to drain line. 1.An intermediate condensate drip pan shall be provided on stacked cooling coils and shall be constructed of 304 stainless steel with copper downspouts factory piped to main condensate pan. Use of intermediate condensate drain channel on upper casing of lower coil is permissible provided it is readily cleanable. Design of intermediate condensate drain shall prevent upper coil condensate from flowing across face of lower coil. 2.Drain pan shall be piped to the exterior of the unit. Drain pan shall be readily cleanable. 3.Installation, including frame, shall be designed and sealed to prevent blow-by. F.Diffuser Section: Furnish a diffuser segment with perforated diffuser plate immediately downstream of supply fan to assure uniform distribution of leaving air across the face of the downstream cooling coil and filters to create uniform velocity profiles across the entire opening. Bolt or weld diffuser plate to a sturdy steel support frame so that it remains rigid. Manufacturer shall include any diffuser section pressure loss in excess of diffuser plate and this value shall be included in unspecified internal losses when selecting fan. G.Fans Sections: 1.Fans shall be minimum Class II construction, double width, double inlet centrifugal, air foil or backward inclined type as indicated on drawings, factory balanced and rated in accordance with AMCA 210 or ASHRAE 51. Provide self-aligning, pillow block, regreasable ball-type bearings selected for a B (10) life of not less than 40,000 hours and an L(50) average fatigue life of 200,000 hours per AFBMA Standard 9. Extend bearing grease lines to motor and drive side of fan section. Fan shall be located in airstream to assure proper air flow. 2.Allowable vibration tolerances for fan shall not exceed a self-excited vibration maximum velocity of 0.005 m/s (0.20 inch per second) RMS, filter in, when measured with a vibration meter on bearing caps of machine in vertical, horizontal and axial directions or measured at equipment mounting feet if bearings are concealed. After field installation, compliance to this requirement shall be demonstrated with field test in accordance with Section 23 05 41, NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT and Section 23 05 93, TESTING, ADJUSTING, AND BALANCING FOR HVAC. H.Fan Motor, Drive and Mounting Assembly: 1.Provide internally vibration isolated fan, motor and drive, mounted on a common integral bolted or welded structural steel base with adjustable motor slide rail with locking device. Provide vibration isolators and flexible duct connections at fan discharge to completely isolate fan assembly. Refer to Section 23 05 41, NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT, for additional requirements. 2.Fan Motor and Drive: Motors shall be energy efficient type with efficiencies as shown on drawings and suitable for use in variable frequency drive applications on AHUs where this type of drive is indicated. Refer to Section 23 05 11, COMMON WORK RESULTS FOR HVAC AND STEAM GENERATION, for additional motor and drive specifications. Where variable speed drives are required they shall be compatible with fan and motor. Refer to Specification Section 26 29 11, LOW-VOLTAGE MOTOR STARTERS. 3.Fan drive and belts shall be factory mounted with final alignment and belt adjustment to be made by the Contractor after installation. Drive and belts shall be as specified in Section 23 05 11, COMMON WORK RESULTS FOR HVAC AND STEAM GENERATION. Provide additional drive(s) if required during balancing, to achieve desired airflow. I.Filter Section: Refer to Section 23 40 00, HVAC AIR CLEANING DEVICES, for filter requirements. 1.Filters including one complete set for temporary use at site shall be provided independent of the AHU. The AHU manufacturer shall install filter housings and racks in filter section compatible with filters furnished. The AHU manufacturer shall be responsible for furnishing temporary filters (pre-filters and after-filters, as shown on drawings) required for AHU testing. 2.Factory-fabricated filter section shall be of the same construction and finish as the AHU casing including filter racks and hinged double wall access doors. Filter housings shall be constructed in accordance with side service or holding frame housing requirements in Section 23 40 00, HVAC AIR CLEANING DEVICES. J.Coils: Coils shall be mounted on hot dipped galvanized steel supports to assure proper anchoring of coil and future maintenance. Coils shall be face or side removable for future replacement thru the access doors or removable panels. Each coil shall be removable without disturbing adjacent coil. Cooling coils shall be designed and installed to insure no condensate carry over. Provide factory installed extended supply, return, drain and vent piping connections. Refer to Drawings and Section 23 82 16, AIR COILS for additional coil requirements. 1.Integral Face and Bypass Steam Coils: Provide integral vertical face and bypass dampers. Electric damper operators shall be furnished and mounted by the AHU manufacturer at the factory. Damper operators shall be of same manufacturer as controls furnished under Section 23 09 23, DIRECT-DIGITAL CONTROL SYSTEM FOR HVAC. 2.Steam Distributing Tube Coils. K.Humidifier: When indicated on the drawings, AHUs shall include factory installed humidifiers. Refer to Drawings and Section 23 21 13, HYDRONIC PIPING, for additional requirements. L.Sound Attenuators: Refer to Drawings, Specification Section 23 05 41, NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT, and Section 23 31 00, HVAC DUCTS AND CASINGS, for additional unit mounted sound attenuator requirements. AHU sound attenuators shall be factory installed as an integral part of AHU. M.Discharge Section: Provide aerodynamically designed framed discharge openings or spun bellmouth fittings to minimize pressure loss. SPEC WRITER NOTE: Coordinate electrical power requirements with electrical drawings. N.Electrical and Lighting: Wiring and equipment specifications shall conform to Division 26, ELECTRICAL. 1.Vapor-proof lights using cast aluminum base style with glass globe and cast aluminum guard shall be installed in access sections for fan, mixing box, // humidifier // and any section over 300mm (12 inch) wide. A switch shall control the lights in each compartment with pilot light mounted outside the respective compartment access door. Wiring between switches and lights shall be factory installed. All wiring shall run in neatly installed electrical conduits and terminate in a junction box for field connection to the building system. Provide single point 115 volt - one phase connection at junction box. 2.Install compatible 100 watt bulb in each light fixture. 3.Provide a convenience duplex weatherproof receptacle next to the light switch. 4.Disconnect switch and power wiring: Provide factory or field mounted disconnect switch. Coordinate with Division 26, ELECTRICAL. PART 3 EXECUTION 3.1 INSTALLATION A.Install air handling unit in conformance with ARI 435. B.Assemble air handling unit components following manufacturer's instructions for handling, testing and operation. Repair damaged galvanized areas with paint in accordance with Military Spec. DOD-P-21035. Repair painted units by touch up of all scratches with finish paint material. Vacuum the interior of air handling units clean prior to operation. C.Leakage and test requirements for air handling units shall be the same as specified for ductwork in Specification Section 23 31 00, HVAC DUCTS AND CASINGS except leakage shall not exceed Leakage Class (CL) 12 listed in SMACNA HVAC Air Duct Leakage Test Manual when tested at 1.5 times the design static pressure. Repair casing air leaks that can be heard or felt during normal operation and to meet test requirements. D.Perform field mechanical (vibration) balancing in accordance with Section 23 05 41, NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT. E.Seal and/or fill all openings between the casing and AHU components and utility connections to prevent air leakage or bypass. 3.2 STARTUP SERVICES A.A factory-trained service representative of the manufacturer shall supervise the unit startup and application specific calibration of control components. B.The air handling unit shall not be operated for any purpose, temporary or permanent, until ductwork is clean, filters are in place, bearings are lubricated and fan has been test run under observation. C. After the air handling unit is installed and tested, provide startup and operating instructions to VA personnel. - - - E N D - - - SPECIFICS FOR SUBMITTING PROPOSALS 1.Offerors must include a cover letter with their proposal. The letter shall include, as a minimum the name of the organization, address, and phone and fax numbers. 2.One original and two signed copy of this entire solicitation package, with cost/price information, representations and certifications must be completed and returned along with One original and two sets of the technical offer. 3.Offeror's must submit their proposal in two parts: a. Technical and b. Cost/Price. Specifics for each submission is as follows: a. Technical Offer - An original copy, as indicated above in item 2, with two exact copies is required. This offer will be reviewed, rated and ranked by the Government. The technical offer should provide information that directly addresses each evaluation factor, as requested in FAR clause 52.212-2. Offerors should demonstrate how they intend to fulfill the requirements of the solicitation and how their offer will meet the total needs of the Government. Each response should address each element in the sequence outlined and should identify the corresponding factor. The information provided shall be concise, factual, and complete. Proposals will be considered only from offerors that meet the technical capability; show evidence of business experience, location meets the governments need, and in the judgment of the Government, are deemed financially responsible and employ qualified personnel. Past Performance- Provide the number of years your company has provided HVAC System Services. Have you worked on a Government contract before? Have you ever received a termination under a Government contract? If so, describe the circumstances of the termination. Also provide references for at least three different hospitals, commercial facilities and government agencies (especially other VA hospitals) where your company has provided HVAC System Services for a minimum of three years. Include the dollar value of the contract. You must include a phone number, fax number, and contact name as we will be calling or faxing to verify information. The contractor must also provide information on problems encountered on the contracts listed for past performance and the corrective action taken. The contractors with no relevant performance history will not be evaluated favorably or unfavorably on past history. The contractor must provide information on problems encountered on the contracts listed for past performance and the corrective action taken. Quality Control Plan - provide vendor quality control plan to meet our requirements as outlined in the Statement of Work. Schedule for the facility within a quality control program NO COST INFORMATION IS TO BE INCLUDED WITHIN THIS PORTION OF YOUR SUBMISSION, AS IT IS FOR TECHNICAL EVALUATION ONLY. b. Cost/Price Offer - Offeror's are required to submit cost on the original completed copy only. No reference to cost is to be made in the document/s submitted for the technical response noted above. Pricing is to be completed in the spaces provided in the Solicitation Proposal Schedule. The technical evaluation factors, past performance and quality assurance, when combined, are significantly less important than cost or price. The closer the total evaluated technical ratings of acceptable offers are to one another, the greater will be the importance of price in making the selection determination. The closer the final price evaluations are to one another, the greater will be the importance of the total evaluated technical scores in making the selection determination. 4.SELECTION PROCEDURES Technical Evaluations will be evaluated and the selection will be made to the vendor that provides the most complete and accurate proposal that represents the best overall value to the Government. After a selection has been made, the Government will contact the selected Offeror, advising the selection. The Government may reject any or all offers if such action is determined to be in the best interests of the Government. Offerors will be evaluated on their submission of the following documents Offerors must provide information to meet the factors evaluation criteria. Selection Evaluation Order of Importance in descending order: Factor 1: Price- The technical evaluation factors, past performance and quality assurance, when combined, are significantly less important than cost or price. Factor 2: Technical -provide information on how the vendor will complete our requirements including a key personnel contact list. Provide name of chemicals and products usage and supply the materials Data Safety Sheets (MSDS) for approval. Factor 3: Past Performance- Provide three (3) references of previous services with the past three years including dollar amounts and point of contact number from the past 5 years. Factor 4: Quality Control Plan - provide vendor quality control plan to meet testing schedule for the facility within a quality control program. The plan must address procedures and identifies and corrects deficiencies in the plan if services become unacceptable and/or the government representative point out deficiencies. 5 BASIS FOR AWARD The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal conforms to the solicitation, represents the best value of all factors considered and is judged to be the most advantageous to the Government. 6. RELEASE OF INFORMATION After receipt of proposals and until contract award, source selection information will not be furnished to any firm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA-256-09-RA-0278/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;921 N.E. 13th Street;Oklahoma City OK 73104<br />
- Zip Code: 73104<br />
- Zip Code: 73104<br />
- Record
- SN01842811-W 20090613/090611235959-d64933d5831ca3d85be6cfea2da11ad4 (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 |