Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
MODIFICATION

Z -- Build, Repair of HVAC (BLDG 7359) Project Number: MPLS 08-3002 and Replace Two 500 Ton Chillers (BLDG 2014) Project Number: KELL 10-0083

Notice Date
6/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-11-B-0006-HVAC-BLDG-7359
 
Point of Contact
Chad J. Stemick, Phone: 2106711754, JACKIE L. MURRAY, Phone: 2106711728
 
E-Mail Address
chad.stemick@us.af.mil, jackie.murray@us.af.mil
(chad.stemick@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
TITLE: Build, Repair of HVAC (BLDG 7359) Project Number: MPLS 08-3002 & Replace Two 500 Ton Chillers (BLDG 2014) Project Number: KELL 10-0083 PROJECT SCOPE (BLDG 7359) The following is a summary of the scope of work. All work shall be in conformance with 100% approved design drawings and specifications including the furnishing of all materials, labor, plant, tools, equipment, and services necessary and incidental thereto. All submittals shall be submitted according to AF Form 66 submittal register and 100% approved specifications. Note: Only base bid of design is requested to be included in this scope. Optional (Not applicable to this requirement) bid item for thermal energy storage tank and all exterior underground chilled water distribution piping is not included in scope. All work is limited to interior of chiller plant with inclusion of cooling towers and electrical upgrades. The work required to be performed by the Contractor consists of, but is not limited to, the following principal items: a) Replacement of existing HVAC equipment in facility 7359, central chiller plant to include water cooled chillers, cooling towers, distribution pumps, and all associated piping fittings and valves in accordance with approved 100% design drawings. b) Replacement of existing electrical service to facility and all associate electrical infrastructure upgrades to accomplish new service. c) Replacement of existing building DDC system to control, monitor and optimize central plant system performance and report to the front end at EMCS office for system monitoring. Upon completion of HVAC system installation, the Contractor shall Test and Balance (TAB) system separately according to the NEBB standards, and specifications from 100% approved design. A certified TAB report, in accordance with specifications shall be submitted to the government for approval. The Contractor shall submit any equipment selection to the government for approval as specified in AF Form 600 submittal schedule of deliverables. The Contractor shall utilize 100% design drawings base bid only and mechanical schedules for facility 7359 at Lackland AFB to repair HVAC as required by this Statement of Work (SOW). Upon award of contract the government shall issue a construction Notice to Proceed (NTP) to the Contractor. The proposed construction requirements in Section 3, Construction Requirements, are in reference to 100% approved design. Changes to requirements may be submitted prior to award by contractor for value engineering purposes. Any recommended changes shall be evaluated by the Government and any approved changes prior to award shall be issued by the Contracting Officer. PROJECT SCOPE (BLDG 2014) Replace Two 500 Ton Chillers BLDG 2014. Demolition: The contractor shall demo two existing water cooled chillers. The contractor shall demo two existing water circulating pumps. The contractor shall demo two existing water cooled chillers. The contractor shall disassemble and reassemble any chilled water piping and condenser water piping adjacent to chillers and pumps required for access through mechanical room doors. The contracotr shall install two new centrifugal water cooled chillers compatible with the specification shown in the chiller schedule. New chillers shall be selected with new magnetic bearing, energy efficient equipment. Contractor install new chilled water and condenser water piping and/or modify existing chilled water and condenser water piping and insulation in the vicinity of the existing chiller as necessary to connect the new chiller to existing piping. Contractor shall connect exisiting chillers' electrical service to new chillers. The contractor shall transfer all existing chiller control points from existing equipment to new equipment. The contractor shall install two new circulating chill water pumps compatible with the chill water pump schedule and in the same location as the existing circulating chill water pumps. Contractor shall install new chill water pumps to existing chill water piping. Contractor shall connect exisiting chill water pump electrical service to new chill water pumps. The contractor shall install two new condenser water pumps compatible with the condenser water pump schedule and in the same location as the existing condenser water pumps. Contractor shall install new condenser water piping and/or modify exisiting condenser water piping as necessary to connect new condenser water pumps to existing condenser water piping. Contractor shall connect existing water pump electrical service to new condenser water pumps. Contractor shall install new disconnect switches for condenser water pumps. Contractor shall provide a temporary air cooled chiller with integral chilled water pump capable of supplying 45 deg F chilled water with a delta T of 10 deg F at a flow rate of 1000 GPM against 70 feet of head not including chiller barrel and temporary piping. Contractor shall make any modifications to building chilled water piping as necessary to provide connection points for temporary chiller. Temporary chiller and pump shall provide chilled water to the facility during the duration of construction. The Contractor shall investigate and comply with all applicable DoD criteria, Air Force regulations, equipment specifications, handicap accessibility requirements, life safety codes, fire safety codes, asbestos and lead-based paint abatement requirements and local, state and Lackland Air Force Base (LAFB) criteria in order to perform the services covered by this SOW. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $5,000,000.00. The period of performance is 271 days for construction. SET ASIDE: HUBZone NAICS Code: North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a small business size standard of $14,000,000.00. BID BOND: In accordance with FAR 52.228-1 Bid Guarantee an original bid bond must be submitted with your bid package to be responsive. The amount of the bid guarantee shall be 20% of the bid price or $3,000,000.00, whichever is less. Bids are due on 12 Aug 11 (Estimated) no later than 11:00am (CST). Specific instructions can be found in Section H, L and M of the upcoming Invitation for Bid (IFB). Pre-Bid Conference / Site Visit is Scheduled for 25 Jul 11 (Estimated) at 9:00am (CST). This will be a one time site visit. Vendors not attending this site visit will not receive access to the site after this visit. Location: 802D Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is SSgt Chad J. Stemick, Contract Specialist at (210) 671-1712; email:chad.stemick@us.af.mil; Alternate POC is Ryan D. Bueno, Contract Specialist at (210) 671-0644; email: ryan.bueno.1@us.af.mil or Mr. Jack Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-05-23 15:57:52">May 23, 2011 3:57 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-06-21 10:03:44">Jun 21, 2011 10:03 am Track Changes Pre-Bid Conference / Site Visit is Scheduled for 25 Jul 11 (Estimated) at 9:00am (CST). This will be a one time site visit. Vendors not attending this site visit will not receive access to the site after this visit. Location: 802D Contracting Squadron 1655 Selfridge Ave, Bldg. 5450, (Legacy Room), Lackland AFB, TX 78236. Primary POC is SSgt Chad J. Stemick, Contract Specialist at (210) 671-1712; email:chad.stemick@us.af.mil; Alternate POC is Ryan D. Bueno, Contract Specialist at (210) 671-0644; email: ryan.bueno.1@us.af.mil or Mr. Jack Murray, Contracting Officer at (210) 671-1711; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-B-0006-HVAC-BLDG-7359/listing.html)
 
Place of Performance
Address: Lackland AFB- 802d Contracting Squadron, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02478685-W 20110623/110621235225-a1db114a4fe81cc17382916bc24d70be (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.