Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
MODIFICATION

36 -- Boiler #6 Modernization Project - RFI

Notice Date
1/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Heating Operation & Transmission Division (WPO), 13th & C Streets, SW, 2nd Floor, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
WPMB-11-5028
 
Point of Contact
Patrick A. Witte, Phone: 2027085648
 
E-Mail Address
patrick.witte@gsa.gov
(patrick.witte@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Scanned PDF of RFI for project. Request for Information / Sources Sought Notice Boiler #6 Modernization D/B The General Services Administration, Heating Operations and Transmission Division (HOTD), has the following requirement for Boiler #6 Modernization D/B. Location(s): GSA / HOTD 13 th & C STS, SW Washington DC, 20407 THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS "SOURCES SOUGHT" REQUEST. ANY RESPONSE TO THIS RFI / SOURCES SOUGHT NOTICE WILL BE USED BY THE GOVERNMENT AS MARKET RESEARCH, FOR INFORMATIONAL PURPOSES AND TO MAKE APPROPRIATE ACQUISITION DECISIONS. •I. DESCRITPION OF WORK Boiler #6 (natural gas and #2 fuel oil) is rated at approximately 180,000 pounds/hour of saturated steam (250 psig/405F). The contractor shall upgrade the boiler as follows: •1. Controls: Design, install and upgrade the existing Boiler #6 controls system to an ABB symphony/harmony distributed control system (or equivalent) compatible with the existing Infi90 DCS and this new controls system is able to be remotely operated from the central control room. Symphony Enterprise Management and Control System utilizing Harmony products including Harmony Control Units, Harmony Rack Controllers, Harmony Rack I/O, Harmony Modular Power Systems III, Harmony Control Network (C-Net) communication or equivalent controls system. This system will be factory tested. Demolish the existing control panel (see drawing and project report). Boiler controls also include the burner and igniter fire safety controls, positioning of the new flame safeguard scanners, since existing scanners' positioning results in frequent erroneous shutdowns. It shall be contractor's responsibility to determine the best location for the flame safeguard scanners. 250Hp FD and 450 Hp ID fans - change-out motors from 4160v to VFD compatible 480v and add Allen-Bradley VFDs or equivalent. Existing motors were designed for coal, #6 oil and shredded paper, and therefore, they may be oversized. The contractor shall determine the size of the new motors for a balanced draft furnace using natural gas and #2 fuel oil firing. •2. Air heater: Demolish the existing Ljungstrom air-preheater and design and install an economizer. (see EBL's contract drawings and project report). •3. Economizer: Design and install a feedwater economizer located in the area evacuated by the air pre-heater. Feedwater piping to economizer (inlet) - 6 inches. Economizer exterior shall have mineral wool insulation (4-inches) and aluminum lagging. The economizer should be a Kentube Engineered Products or equivalent. (see EBL's contract drawings and project report). Remove all air, water and steam piping associated with the old heater. •4. Burners: The Contractor shall coordinate with the B&W Burner Company's engineer and carry out the added burner taps for better air flow distribution as recommended in the EBL contract drawings and project report. Replacing the existing burners with new requires too much EPA scrutiny, so utilization of existing burners with additional taps seems the best option for the Government, and therefore, the Contractor shall be required to carry out this option on behalf of the Government. •5. Removal of the Electrostatic Precipitator (ESP): Demolish the ESP and design and install supports to structurally re-enforce the vacated area and re-roof the space. New roofing for the space occupied by the ESP shall be structurally re-enforced and re-roofed to match the existing roof. The Contractor shall be required to install and insulate the ductwork and breeching in place of the ESP. Note: It is the contractor's responsibility to return each of the components of this project back to the facilities existing conditions prior to the new construction, so the contractor should determine measurements before submitting bids. •A. Computer Aided Design (CAD): Drawings: All drawings developed by the Contractor shall be through computer based media (electronic data) and prepared in a format which can be used directly, without conversion, on AutoCad 2006 or later operating under Windows. Specifications: Specifications shall be developed through computer based media using specifications contained in these contract documents as a base. •B. Structural Requirements: The Contractor shall submit a proposed rigging plan and procedures for the installation of mechanical and electrical equipment. Calculations shall be submitted to verify the existing structure can safely support the proposed rigging and temporary construction loads. The calculations shall be signed and sealed by a Registered Structural Professional Engineer. The Contractor shall submit plans showing proposed locations of any cranes used on this project. The plans shall show the location of the cranes relative to the existing building and existing site conditions such as underground vaults which would impair the bearing value of the street pavement of sidewalk. The plans shall be signed and sealed by a Registered Structural Professional Engineer. Modifications to the building structure including cutting holes, adding or supporting mechanical and electrical equipment, pas, piping, ductwork, masonry walls or removal of structural members shall be included in the design documents and performed by a Registered Structural Engineer. •C. Quality Standards: All welders shall maintain up-to-date certifications. The welding certifications are to be submitted to the government before work begins. American Society of Mechanical Engineers Codes and American Welding Society Standards shall be followed. ASME Boiler and Pressure Vessel Codes (BPVC) ASME BPVC Section V (non-destructive testing) and ASME BPVC Section IX (welding & brazing qualifications) and AWS D1.1 (structural steel) shall be followed. Carbon Steel Pipe - ASTM A53 Pipe will be Schedule 80 heavy duty pipe. Adhere to ASME B31.1 Power Piping AWS D1.1 and ASME Section IX Hydrostatically test the new pipe per the latest edition of the IPC (1.5 times operating pressure for 2 hours) Adhere to the International Plumbing Code IPC) and the International Mechanical Code (IMC) All newly installed valves will be flanged and constructed to the ASME/ANSI B16.34 standards. API 600, API 598, API RP591, ASME B16.25, ASME B16.5, ASME B16.10 New valves will be stainless steel ASME 300 Class. Check valves will be Mueller Model 105MHT cast stainless steel globe body silent check valves or equivalent. The check valves will be ASTM A351-CF8M. Body - ASTM A351-CF8M (316SS) and Wedge/Disc and Stem - stainless steel. Gate valves will be ALOYCO/Crane Class 300 stainless steel or equivalent. New flexitallic gaskets will be installed between flanged connections. New installed fasteners (nuts and bolts) will be stainless steel and will be installed with stainless steel washers. All nuts will be bearing on their associated washers. There will be a need to fabricate or purchase flexitallic gaskets for the flanged connections associated with each of the newly installed valves. New conduit will be intermediate metal conduit (IMC) or greater. NFPA 70 will be followed. Transmitters, flow switches, level gauges, should be ABB or equivalent. Pressure and temperature gauges shall be Weiss Industries or equivalent. The contactor is responsible to adhere to workmanship quality standards outlined in the NFPA, International Mechanical Codes and the International Plumbing Codes. OHSA workplace standards shall be adhered to. Drawings shall clearly distinguish between new and existing work. The 90% working drawings shall accurately depict/describe all work (demolition and new construction) to be performed within all areas delineated on the respective floor plans. All drawings submitted shall be complete in all respects and shall fully support the minimum needs of the construction Contractor. The 100% final design drawings shall be stamped by a registered engineer. Work shall be coordinated on all drawings and specifications to assure all work, materials and items of equipment are included for an operational facility of finished appearance. Changes initiated by the Contractor which deviate from the design shall be brought to the project manager's attention immediately. All designs and construction work shall comply, as a minimum, with the latest edition of all applicable national and local codes and standards that govern federal construction. Newly installed equipment must adhere to the Buy American Act. Anticipated Dates: Estimated solicitation issuance date: February 21st, 2012 Estimated Term of Services: Services are to be provided for a period not to exceed 365 calendar days. NAICS Code: 238220 Estimated Construction Price Range: Between 1,000,000.00 and 5,000,000.00 Contractors who feel they can provide the GSA Heating Operation & Transmission District's Central Heating and Refrigeration Plant with the above services are invited to submit in writing an affirmative response which includes the following information: •1. What is the name of your business? •2. What is your POC's name, telephone number, e-mail address, and business address? •3. Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, Woman, and/or Minority Owned Business concern according to NAICS 238220? •4. Is your business eligible to perform the tasks as described in this document as the prime? •5. Does your business have qualified personnel to work on ABB symphony/harmony distributed control system ? ___________ I AM interested in this procurement and would like to receive a solicitation if and when it is issued. ___________ I AM NOT interested in this procurement and would not like to receive a copy of the solicitation All responsible sources are encouraged to respond to this sources sought announcement by submitting a capability statement response to the questions contained within this notice via email to patrick.witte@gsa.gov no later than February 13 th, 2012 by 1PM - EST. The Government does not intend to rank submittals or provide any reply to interested firms. Any Questions please contact Patrick Witte Borba by email. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Extraneous materials (brochures, manuals, etc) will not be considered. IMPORTANT NOTE : THIS IS A REQUEST FOR INFORMATION ONLY. THE GOVERNMENT DOES NOT PROMISE OR IMPLY THAT A CONTRACT WILL BE AWARDED AS A RESULT OF INFORMATION RECEIVED FROM THIS REQUEST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPO/WPMB-11-5028/listing.html)
 
Place of Performance
Address: GSA - HOTD, 13th & C Sts, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02663599-W 20120201/120130234332-bbe883d75cda0384b05f0c4f2a930065 (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.