SOLICITATION NOTICE
41 -- REMOVAL AND REPLACEMENT OF TWO (2) LIEBERT HVAC UNITS AT THE NWS WFO LOCATED IN HASTINGS NE
- Notice Date
- 8/27/2010
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NWWR40001018298CMM
- Archive Date
- 9/25/2010
- Point of Contact
- Carey M. Marlow, Phone: (816)426-7460
- E-Mail Address
-
carey.m.marlow@noaa.gov
(carey.m.marlow@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERY - IN COMPLIANCE WITH THE TRANSPARENCY AND ACCOUNTABILITY REQUIREMENTS ASSOCIATED WITH THE SUPPLEMENTAL APPROPRIATIONS PROVIDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA), PUBLIC LAW 111-5, THE DEPARTMENT OF COMMERCE, NATIONAL OCEANIC AND ATMOSPHERIC ADMISISTRATION (NOAA), EASTERN ACQUISITION DIVISION-KANSAS CITY (EAD-KC) IS SEEKING QUOTES FROM A CONTRACTOR FOR THE REMOVAL AND RELACEMENT OF THE TWO (2) LIEBERT HVAC UNITS IN ACCORDANCE WITH THE STATEMENT OF WORK AT THE NATIONAL WEATHER SERVICE (NWS), WEATHER FORECAST OFFICE (WFO) LOCATED AT 6365 NORTH OSBORNE DRIVE WEST, HASTINGS, NE 68901. Work to be performed will consist of the following: A. RECOVERY - The Contractor shall provide all materials, tools, permits and Liebert certified technicians for removal and replacement of the two (2) Liebert HVAC units. The Contractor shall remove existing units, all piping and water lines to the outside of the unit. The Contractor shall remove electrical up to disconnect. The Contractor shall provide and install two (2) 10ATA Liebert Air Cooled, Down-Flow digital Scroll to 105 F degree units in exact locations of exisiting units. Model DS035ADC0E1209A. This will be a complete (Turn-key operation). New liquid lines filter driers, all unit connections, new piping, electric, refrigerant, controls and labor according to Liebert manufacturer specifications. Verify proper system operations upon completion. Description Of Work: • Supply and install two (2) each new 10 ton Liebert Digital Model # DSO35ADCOE1209A Scroll Down-flow standard cooling systems and all features listed below. • 208-230v/3ph/60 Hz, 5000 amps rms. short circuit current rating. • 14 ga. welded frame with Autophoretic coating. Frame can be field separated into three sections for transport through small areas. • (IBM off white color) or matched. • Infrared Humidifier with automatic flush cycle Capacity of 11lbs/hr. • Three (3) stage, finned tubular, 304/304 stainless steel electric reheat with a capacity of 15KW (BTUH). • Crankcase heaters. • Two (2) independent Digital Scroll Compressors. • iCom control system with the ability to connect both units together/Lead-Lag system. Units are to be compatible to set up with the Automatic Logic system and controls with an icom service bracket, and a large display. • Non-Locking disconnect switch. • Smoke sensor with unit alarms and shutdown. Includes supervision contacts. • Floor stands with turning vane for floor stand. • Intellislot 485 Card (OC485-LBDS) Delivers Modbus communications capabilities. • Liebert manufactured outdoor Fan-Speed condenser designed for 105F outdoor ambient. • High Temp. Sensor shuts down at 125 F degree. • Fan speed control (Lee Temp) on condenser for operation -30F (110V/3ph/60hz) • Condenser disconnect switch. • Water detector alarm system. • Dual Float condensates pump w/ alarm sensor. • LT410 Point leak sensor. • 12" floor stand with turning vane for stand. • New Piping will be an ACR copper with 50/50 silver solder joints. Hot gas lines to be insulated. • New electrical from disconnect to new systems. • All grills covers and guards. • **Note** (Electrical run from breaker panel should be quoted if a change in wire gauge is required per NEC). • Evacuate refrigerant from existing Liebert system. (Do not reuse refrigerant). • Recover refrigerant and oil and provide disposal according to EPA guidelines. • Remove and properly dispose of old unit. • Evacuate and recharge system to manufacturer's specifications. • Warranty (5) years on compressor, all other parts and labor (1 year). Completion Date Completion of this project shall be 45 days from the date of "Notice to Proceed". Inspections and Acceptance: Upon completion, before invoicing, contractor will notify the Government representative for approval and/or acceptance. Terms of the SOW: 1. The Contractor shall be licensed, insured and Liebert certified. The Contractor may be required to provide the National Weather Service with a copy of the license and proof of insurance. 2. The Contractor shall perform a pre-bid site visit. The site POC for this visit is: Mark Fairchild and Scott Spofford, Phone# 402-462-2127. 3. The Contractor shall designate a local representative to the contract site, with contact numbers, for the Contractors Officer's Technical representative (COTR) to communicate with about the quality or work, progress, and technical details of the project. Neither the local representative nor the COTR has the authority to modify the contract in any manner which might affect the cost thereof. 4. The contractor will make every effort not to interrupt cooling to the computer room by replacing one unit at a time. Once the first unit is replaced and operational the second unit can be removed and replaced. Each site has redundant units in place. 5. The contractor will be responsible for the scheduling and coordination of work on the site with the Government Representative. This will include any required outages. In the event severe weather occurs within the warning area of the work site, all work being performed by the contractor may be halted. Work stoppage due to severe weather in the warning area is not negotiable and all work will stop immediately. 6. The Contractor will not commence work until they have been provided with a "Notice to Proceed" from the Contracting Officer. The award and issuance of a purchase order is not a Notice to Proceed with this contract work. Prior to issuance of a Notice to Proceed the Contractor shall submit to the (COTR) and designated Government Representative a project schedule showing the date when on-site work will begin, hours work will be performed, and date when work will be completed. Unless otherwise approved the Contractor shall schedule all work Monday through Friday with eight (8) work hour days between the hours of 7:00 am and 5:00 pm. Longer work days and work on Saturday may be approved; however, no work will be performed on Sundays or Federal Holidays. The COTR shall be notified when changes in the project schedule are requested along with the reason. 7. The Contractor shall be responsible for removal and disposal of all unused materials and placed equipment. All disposals shall conform to Federal, State and local environmental regulations. 8. All materials shall be new (not used).. 9. The Government reserves the right to inspect for quality control at any point during the maintenance process. 10. The Government assumes no responsibility for the division of work to be accomplished by subcontractors. The prime Contractor shall be the solely responsible party to the Government for meeting the terms of the awarded contract. 11. Contractor is responsible to clean the worksite on a daily basis and protect the surrounding areas and equipment from damage. Safety and Environmental Requirements: 1. The Contractor and Sub-Contractors shall comply with all applicable Federal, State, and Local law and regulations pertaining to safety and environmental requirements. 2. The Contractor shall be able to provide to the COTR, or the designated Government Representative, Material Safety Data Sheets (MSDS) for all chemical products prior to them being brought on site. These products include, but not limited to solvents, cleaners, paints, pesticides, herbicides, and lubricants. The Contractor shall comply with the following; a. All products shall be kept in original container with legible label. b. If the product is placed in smaller container for use, the smaller container shall be marked legible stating the product it contains. c. There shall not be any chemical product mixed together unless intended by the chemical manufacture. 3. On contracts for construction, dismantling, demolition, or removal, the Contractor shall; a. Provide appropriate safety barricades, signs, and signal lights. b. Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 (OSHA Regulations Standards for Safety and Health Regulations for Construction) and 29 CFR Part 1910 (OSHA Regulations Standards for Occupational Safety and Health Standards). 4. The Contractor shall dispose of all waste material/products off site in accordance of Federal, State, and Local law and regulations at Contractors expense. The Contractor shall remove all unused materials/products that was supplied or purchased by the Contractor in performance of this contract. 5. The contractor is responsible for the clean-up and remediation of any chemical/ compound spills. Notes: Existing unit: Liebert Model # FH114AUC10 SN#172429-001&2 Warranty by contractor will be a minimum: Compressor-5 Year/ Parts & Labor (1) one year. Belts, Sheaves, Pulleys and fan bearings (5) five years. Security Requirements: The Certification & Accreditation requirements of clause CAR 1352.239-71 Security Requirements for Information Technology Resources (Apr. 2010) does not apply, and a Security Accreditation Package is not required. -END OF SOW- Any business interested in this project must respond to this announcement within 10 calendar days after publication of this notice, in order to receive a copy of the Request for Quotation. The Request for Quote (RFQ) will be posted on FedBizOpps within approximately 10 calendar days and interested parties can either download the RFQ or request a copy. To request a copy send email to carey.m.marlow@noaa.gov. The NAICS code for this action is 238220. The acquisition will be conducted under the guidelines of FAR Part 12, Commercial Acquisition Procedures. The Eastern Acquisitions Division-Kansas City (EAD-KC) requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Point of Contact Carey Marlow, Contract Specialist, Phone (816) 426-7460.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NWWR40001018298CMM/listing.html)
- Place of Performance
- Address: NWS WFO HASTINGS, NE, 6365 NORTH OSBORNE DRIVE WEST, HASTINGS, NE 68901, HASTINGS, Nebraska, 68901, United States
- Zip Code: 68901
- Zip Code: 68901
- Record
- SN02257833-W 20100829/100827235216-4a203ee5ec57da096cdef9fb327a114f (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 |