Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOURCES SOUGHT

99 -- Market Survey - RFI Replace Roof Top Units Portland TRACON

Notice Date
12/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFAWN-11-R-00035
 
Response Due
12/27/2010
 
Archive Date
1/11/2011
 
Point of Contact
Pat Vikesland, 425-227-2863
 
E-Mail Address
pat.vikesland@faa.gov
(pat.vikesland@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
1. Introduction: Market Survey / Request for Information (RFI) AnnouncementDesign/Replace Roof Top HVAC Units (RTU's) Portland TRACON, OR The purpose of this Market Survey/Request for Information (RFI) is to: (1)Obtain industry comments on the proposed specifications (see paragraph 2 below) to Replace RTU's, at the Portland TRACON located in Portland, OR.(2) Responses to this market survey will be used to determine if adequate competition exists to set the requirement a-side for certified Small Economically Disadvantaged Businesses (SEDB) / 8(a) program, Service-Disabled Veteran Owned Small Business (SDVOSB), or Small Businesses in lieu of opening the acquisition up for full and open competition. This public announcement is issued in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.3.11. Interested parties are advised that:This is not a SIR or Request for Proposals;The FAA is not seeking or accepting unsolicited proposals;The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; andAny costs associated with the market survey/RFI response submittals are solely at the interested party's expense. IF YOU ARE VIEWING THIS MARKET SURVEY ON WWW.FBO.GOV, PLEASE GO DIRECTLY TO THE FAA WEBSITE FOR THE MOST ACCURATE INFORMATION. FAACO.FAA.GOV. 2. Description of the Required Services The purpose of the overall project is to replace aging roof top air conditioning units (RTUs) located above the Portland Terminal Radar Approach Control (TRACON) facility in the Portland International Airport in Portland, Oregon. There are four units which make up two sets of redundant units. The existing units were installed in 1994. Two (2) each are 12.5 ton Trane Model # TCH150B300CA units; and two (2) each are 25 ton Trane Model # TCH300B300CA units. The goal is to improve reliability as well as efficiency with new equipment, reducing energy consumption and costs for the facility over the life cycle of the equipment. Roof Top Unit Proposed Specifications2.1Common requirements for all RTUs 2.1Basic: EER for RTU's will be a minimum of 11.2 EER for 25 ton units and 11.5 EER for 12.5 ton units IAW ASHRAE 90.1-2007, refrigerant will be R-410, indoor sound power ratings max of 90 dB(A) IAW ARI Standard 270. Units shall meet the requirements of ASHRAE 90.1 - 2007 and applicable addenda. 2.2Unit Construction: Galvanized steel construction with exterior painted with factory finish capable of withstanding salt spray test of 500 or more hours IAW ASTM B117. All access doors will be hinged, hardware shall be heavy duty doors shall have two or more quarter-turn, tooless latches or handles. Access panels and/or doors secured by mechanical fasteners are not acceptable. Access doors will be provided to fans, motors, belts, controls, evaporator and condensing coils and dampers. Insulated double wall construction or foil faced 1" insulation with an R value of 4, edges of foil faced insulation will be edge bound or otherwise restrained to prevent erosion of fiberglass insulation at edges. 2.3Coils: Evaporator and condenser coils shall be of the direct expansion, draw-thru design. Evaporator and condenser coils shall have aluminum plate fins mechanically bonded to seamless enhanced copper tubes with all joints brazed. Coils shall be leak tested at the factory to ensure the pressure integrity. Coils shall have a minimum of 4 rows and a maximum of 12 fins per inch. Condensate pan shall be slide out design, constructed of a non-corrosive material, internally sloped and conforming to ASHRAE 62-B9 standards. 2.4Evaporator fan section: Belt driven, forward curve centrifugal fans, with adjustable sheaves, internal spring isolation of fan and motor, belt guard for safety, motors shall be premium efficiency type, 3 phase, 60 Hz, 208 volt, 2.5Compressors: Each unit will be provided with two or more high efficiency scroll type compressors. Provide low ambient cooling down to 0F, including the following as necessary: continuous fan operation, crankcase heaters, thermal expansion valves, frostat. 2.6Electrical: Provide internally mounted factory supplied disconnect switches with each unit. Switch will be accessible from outside the unit and include power lockout capability. Provide a GFCI protected convenience outlet at each unit. 2.7Controls: Controls will be factory installed and integral to the unit. Units and controls will be commissioned prior to shipment. Unit controls will operate independently from any building automation system. Provide unit control modules located at each unit with a user interface and a similar interface screen with status, setpoints and alarms in respective locations in the equipment room and near the TRACON operations area shown. Modules in respective spaces will combine inputs from each respective redundant RTU units. Control modules will be provided as part of the RTU unit. 2.8Outside Air: Economizer cooling is not required and will not be used on these units IAW ASHRAE 90.1 exceptions listed under section 6.5.1 c & d. Outside air intake will be sized to minimum outside air based on ASHRAE 62.1 requirements. Motorized two position dampers will be set in final position as part of system air balance. Damper blades will be gasketed with side seals to provide an air leakage rate of 4 cfm / square foot of damper area at 1" differential pressure per ASHRAE 90.1. Leakage rate will be tested in accordance with AMCA Standard 500. 2.9RTU Sequence of Controls: 2.9.1. Redundant RTUs will operate in lead/lag mode. Units will alternate lag/lead operation monthly, adjustable by user input at control panel. Lead unit will modulate cooling and heating coils to main space temperature setpoints. 2.9.2.In the event of a lead unit failure, the lag unit will be activated. Operation of supply and return isolation dampers for each unit, following shut down of malfunctioning unit and prior to start of back up unit, will be designed to minimize delay time to ensure space temperatures are returned to setpoint settings. If the lead unit is unable to maintain the space temperature setpoint below a user determined level (initially 80F) or above a user determined set point (initially 65F) for a user determined amount of time (initially 15 minutes) the lead unit will shut down and the lag unit will be activated, a local alarm will be initiated. An additional digital/analog output point will be provided for each unit to connect to user determined remote alarm location. (Wiring/connection of the point to the remote alarm location is not included in this contract.) 2.9.3.Provide an adjustable time delay between shut down of one unit and start up of second unit to allow isolation dampers to operate. Include operator ability to switch lead/lag of each RTU redundant pair for maintenance, inspection and operational reasons. Unit status monitoring will include fan motor status via current sensing relay, fan airflow status via sail switch, and filter maintenance status with differential pressure switch. Emergency equipment shut down will be via existing fire alarm system and duct smoke detectors. 2.10Status: 2.10.1Fan status2.10.1Filter status2.10.1Fire alarm shutdown indication2.10.1Return air temp* 2.10.1Supply air temp* 2.10.1Outside air temp*2.10.1Room temperature*2.10.1Room temperature set point2.10.1On/Off status for each unit *(these sensors can be shared by each redundant RTU pair) 2.11Alarms: 2.11.1Fan fail2.11.1Motor fail2.11.1Filter alarm2.11.1Fire shut down2.11.1High space temp2.11.1Low space temp 2.12Equipment Start Up, Demonstration and Training: Provide the services of a factory-authorized service representative to start and demonstrate the equipment to the COTR. Verify that equipment installation complies with contract documents, NEC, and manufacturer's written installation requirements. Adjust, calibrate, and fine tune control sequence and equipment to achieve sequence of operation specified and to provide safe, efficient operation. Demonstration shall include an emphasis on maintenance technician training, which will provide in-depth knowledge on how to conduct complete troubleshooting, maintenance and repair of the installed equipment. Factory authorized service representative will also provide two onsite training sessions of approximately 6 hours each to local technicians. Training will include both software and hardware maintenance. Provide review of operator's inputs, alarm and status descriptors, adjustments of system settings and setpoints. 2.13Operation and Maintenance Manual: Provide operation and maintenance manual for the equipment including general troubleshooting and repair instructions, maintenance instructions and spare parts lists for all equipment components and devices, interconnection wiring diagrams with identified and numbered system components and devices, inspection periods, cleaning methods, cleaning materials recommended, and calibration tolerances. Calibration records, list of set points, differentials, alarm limits, alarm instructions, and time schedules. 3. Nature of the CompetitionThe FAA is contemplating award of one competitive single award fixed price contract. A tiered evaluation of offers may be used in the future source selection. Offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible small business concerns were received. 4. NAICS Code The applicable North American Industry Classification System (NAICS) code for this project is 238220, Plumbing, Heating, and Air-Conditioning Contractors. The Small Business Administration Size Standard for this NAICS Code is $14.0. 5. Responses to the Market Survey/RFI To assist the FAA in its acquisition planning, interested firms are requested to provide the following information: 1) BUSINESS DECLARATION FORM (see attachment): (a) Name of company (b) Address (c) Phone and Fax number (d) Point of contact (e) Email address (f) Business size status: 8(a), Small Business, SDVOSB, VSB, etc. (g) Primary NAICS Code of Business (h) Verification of registration in the Central Contractor's Registration CCR) (i) Any other pertinent information 2) CAPABILITY STATEMENT (Past Performance / Experience): (a) Project title, description of previous contracts (b) Past Experience working on other Federal Government Contracts and/or Commercial Buildings (c) Project size and type similar in magnitude and complexity. (d) Number of Projects as Prime Contractor (e) Percentages of work Subcontracted (f) Contract Dollar Values (g) Type of services provided by your firm, include NAICS Code (h) Number of years in business (i) Any other pertinent information Interested parties should submit comments in response to this Market Survey/RFI by December 27, 2010. If any of the information submitted is considered to be proprietary, the submitter is responsible for marking it accordingly. 6. Market Survey / RFI Response Submission InstructionsMarket Survey/RFI responses must be submitted via electronic mail (e-mail) to Pat Vikesland, pat.vikesland@faa.gov by the date below. Files must be compatible with MS Office 2003, MS Office 2010 or be in Adobe Acrobat PDF format. If chosen to submit comments via Adobe Acrobat PDF format, please ensure the document retains the ability to copy and paste into a MS Word Document (i.e. do not submit picture files). Submissions are due by 4:00 pm PDT on December 27, 2010. (End of Announcement)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFAWN-11-R-00035/listing.html)
 
Record
SN02341339-W 20101211/101209234053-5f8c87c139afa9e2945f626b95168d98 (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 |
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.