Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

Z -- Design-Build, Multiple Security Hill HVAC Projects, Project Numbers: KELL 11-0119C Upgrade 3rd Floor HVAC, KELL 11-0125B Repair HVAC Room 321B,KELL 12-0051 Install Double Glass Door/Modify HVAC

Notice Date
6/19/2012
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-12-B-0004
 
Point of Contact
RYAN D. BUENO, Phone: 2109251842, Jackie L. Murray, Phone: 2106711711
 
E-Mail Address
Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
TITLE: Design-Build, Multiple Security Hill HVAC Projects, Project Numbers: KELL 11-0119C Upgrade 3rd Floor HVAC; KELL 11-0125B Repair HVAC Room 321B; KELL 12-0051 Install Double Glass Door/Modify HVAC GENERAL DESCRIPTION: The Contractor shall provide design documents as required by this Statement of Work (SOW) to include but not limited to: equipment selection, investigations, design surveys, validating calculations and as-built drawings as required. Upon approval of the 95% design drawings the Government shall issue a construction Notice to Proceed (NTP) to the Contractor. The Contractor is responsible for conducting a pre-design survey on the areas where work will take place to assess site conditions. BACKGROUND: KELL 11-0119C Upgrade 3rd Floor HVAC Building 2000 is supported by an antiquated constant volume HVAC system. Each wing has three zones, two exterior zones and an interior zone. Due to an increase in electronic equipment throughout the facility and constantly changing missions the existing HVAC system has become difficult to balance with the current zone setup. New Air Handling Unit's (AHU) will be needed to provide adequate cooling and heating for Wings 3B, 3C, 3D, and 3E. These Wings cover approximately 51,200 SF and are served by AHUs # 6A, 6B, 6C, 8A, 8B, 8C, 8D, 8E, and 8EX. KELL 11-0125B Repair HVAC Room 321B Currently Rm 321B is used as a server room. The current HVAC system wasn't designed for the heating load created by the data center/server room equipment. There have been temporary upgrades made to the HVAC system over the years but the upgrades can no longer provide adequate temperature control. The server room encompasses approximately 840 sq ft and has an eight-inch raised floor space being used as a cable chase. The active COMM/Data racks can't be relocated without affecting the user's mission. A new HVAC system is needed to accommodate the load requirements created by the data center/server equipment. KELL 12-0051 Install Double Glass Door/Modify HVAC The installation of the doors is to prepare for the potential security police manpower reductions and to maintain a control access to the AFISRA Headquarters compound. The current AHU and condensate units serving the main entrance are undersized. The AHU serving the adjacent facility management office has been tapped into to help condition the main entrance. A new AHU and condensate unit are required to adequately condition the main entrance. CONSTRUCTION REQUIREMENTS: All work shall be in conformance with the drawings and specifications provided by the Contractor, including the furnishing of all materials, labor, plants, tools, equipment, and services necessary and incidental there unto. The Contractor shall coordinate all work with the PM and the CO (who in turn will coordinate with all pertinent parties) so as to minimize outages and interruption to mission operations. The work required to be performed by the Contractor consists of, but is not limited to, the following: KELL 11-0119C Upgrade 3rd Floor HVAC Provide a 35%, 65%, 95% and As-Built design drawings for this project. An asbestos survey has been performed on Air Handling Units (AHU) 6A, 6B, and 6C to include supply, return and outside air ductwork. Contractor shall accomplish abatement as required prior to starting work. Contractor shall provide HVAC upgrades required to convert the 3rd floor HVAC system to a Variable Air Volume (VAV) system. All areas served by AHU's 6A, 6B, 6C and Rms 345B, 346, 347, 348 shall be area of work. Remove existing AHU's 6A, 6B, 6C and all supporting components. Demolition of supporting components shall include but not limited to the following: Remove all supply, return, and outside air ductwork. Remove all diffusers, grilles, and louvers. Remove all chilled water, hot water, and condensate lines. Remove all supports, brackets, and all other supporting components. Remove and dispose of all refrigerant per local, state, and federal regulations. Remove all controls associated with AHU's. Remove all electrical wiring, circuits, conduit, supports, etc...serving the existing roof mounted AHU back to the source panel. Patch/Repair roof membrane as necessary to maintain warranty. To maintain the current 15 year warranty the Contractor that installed the membrane must perform all patch/repair work for the roof. The roof Contractors info is: Garland Company Inc., 3800 E. 91st St., Cleveland, OH 44105 Remove existing roof mounted AHU located on the NW side of Bldg 2000. Remove all supply and return ductwork. Remove all diffusers, grilles, and louvers. Remove all chilled water, hot water, and condensate lines. Remove all supports, brackets, and all other supporting components. Protect existing roof during demolition and installation of AHU's. If any damage occurs the Contractor shall follow the same guidelines laid out in section 6.1.3.1.6. Remove all electrical wiring, circuits, conduit, supports, etc...serving the existing roof mounted AHU back to the source panel. Repair, patch, seal and paint all wall penetrations created by removed ductwork. Remove all supply and return ductwork, diffusers, and grilles serving Rms 345B, 346, 347, and 348 being fed from AHU 8D. All disconnected ductwork shall be capped at the main supply and return trunks. Seal and insulate all trunk caps. These rooms will now be part of AHU 6C's zone. Remove the existing suspended acoustical ceiling tiles, grid system and all supporting components. Protect all wall and ceiling mounted devices. All lighting fixtures are to remain and be reinstalled once the new suspended ceiling grid is installed. Install three new AHU's in place of AHU's 6A, 6B, and 6C. New AHU's shall be constant volume units sized to meet the current heating and cooling loads with room for a 20% increase in load capacity. AHU 6C shall be sized to include Rms 345B, 346, 347, and 348 (previously fed from AHU 8D). These rooms will now be part of the AHU 6C zone. AHU's shall meet all applicable LEED requirements. Protect existing roof during installation of the new AHU's. Install new ductwork, diffusers, grilles, registers, louvers and all other supporting components necessary for a complete VAV system. All existing penetrations that are not reused shall be patched, repaired and/or painted to match the surrounding area. Install new chilled water, hot water, and condensate lines. Contractor shall replace existing floor drains as needed to support new AHU's. Install all electrical wiring, circuits, conduit, supports, etc... required to provide a complete system for the AHU's. Install new VAV boxes throughout AHUs 6A, 6B, and 6C zones. The VAV boxes shall have electric reheat and individual temperature control within the space it serves. The VAV's shall have +2 deg or -2 deg deviation from the set point on the space thermostat. Install all electrical wiring, circuits, conduit, supports, etc... required to provide a complete system for the VAV's. Install Direct Digital Controls (DDC) system required to control the new VAV system. Contractor shall provide a front-end computer with graphical interfaces. The system shall have scheduling, trending, alarming, timed override, and reporting capabilities. Contractor shall install a new controller and connect to the existing EMCS control panels in Bldg 2000. Install new suspended ceiling system to include 2' x 2' tiles, grid system, hangers, etc... Existing light fixtures are to be reinstalled in new grid system and located such that proper lighting is supplied. Testing and balancing of the HVAC system shall be done per UFC 3-410-01 HVAC Design. KELL 11-0125B Repair HVAC Room 321B Provide a 35%, 65%, 95% and As-Built design drawings for this project. The COMM/data racks within Rm 321B will remain in service during the design and construction. The Contractor shall ensure proper protection for all COMMM/data racks, COMM lines, and all other existing components. Temporary heating/cooling will be needed to maintain the manufacturer's temperature recommendations for the COMM/data racks. The COMM/data racks will require dust protection during construction hours. The Contractor shall cover the racks during working hours and uncover the racks before leaving the work area for the day. Any damage caused by overheating due to the Contractor not following the above mentioned procedure shall be the Contractors responsibility to fix. Remove the existing roof mounted AHU (Trane Model # TCH 241C400CA) serving Rm 321B and all supporting components. The roof membrane is non load bearing, so the AHU will need to be crane lifted off the roof. Demolition of supporting components include but not limited to the following: Remove all supply, return, and outside air ductwork. Remove all diffusers, grilles, and louvers. Remove all chilled water, hot water, and condensate lines. Patch and paint walls as needed to match surrounding area. Remove all supports, brackets, and all other supporting components. Remove and dispose of all refrigerant per local, state, and federal regulations. Remove all electrical wiring, circuits, conduit, supports, etc...serving the existing roof mounted AHU back to the source panel. Patch/Repair roof membrane as necessary to maintain warranty. To maintain the current 15 year warranty the Contractor that installed the membrane must perform all patch/repair work for the roof. The roof Contractors info is: Garland Company Inc., 3800 E. 91st St., Cleveland, OH 44105 Remove the existing suspended acoustical ceiling tiles, grid system and all supporting components. All lighting fixtures are to remain and be reinstalled once the new suspended ceiling grid is installed. Remove all ductwork, brackets, supports, piping, etc... that have been abandoned in place. Patch all holes above the suspended ceiling and seal around all duct, pipe and conduit penetrations into Rm 321B. Protect all ductwork in Rm 321B being supplied from the dedicated AHU located in M324B, this ductwork will remain once construction is complete. Remove all diffusers, grilles and registers serving this unit. Install new diffusers, grilles and registers once new suspended acoustical ceiling is installed. Remove all ductwork, diffusers, grilles and registers in Rm 321B being supplied/returned from the facility central HVAC system. All disconnected ductwork shall be capped at the main supply and return trunks. Seal and insulate all trunk caps. Repair, patch, seal and paint all wall penetrations created by removed ductwork. Install new suspended ceiling system to include 2' x 2' tiles, grid system, hangers, etc... Existing light fixtures are to be reinstalled in new grid system and located such that proper lighting is supplied. Install ceiling grid 12" higher than currently installed. New ceiling height shall not be less than 8'3" above the raised floor. There are currently two 277/480V electrical conduit lines that run through the center of Rm 321B. The electrical lines will not be moved and will interfere with the new ceiling height requirement. The Contractor shall box the ceiling around the conduit. The ceiling shall be as close to the conduit as possible to provide maximum clearance within the room. The new ceiling height will expose unfinished areas on the existing wall. All newly exposed walls shall be patched and painted to match existing conditions. Relocate all sprinkler heads (IAW NFPA 13), light fixtures, diffusers, grilles, etc... such that all applicable codes are enforced. Install new windows where previously used for supply and return ductwork. The new windows shall match the current Bldg 2000 window standard. Patch and paint window seals, trim, walls, etc... as needed to match the surrounding conditions. Install one new 15-Ton, Stulz Cyber Two DX air cooled Computer Room Air Conditioning (CRAC) units, model VFS-180-DAR-U-EC, or approved equal. The CRAC units shall have electric reheat and humidification, high ambient control to 105 F and 3 way plenum discharge boxes. The CRAC unit shall be up flow DX split system design. Head pressure control is required for winter operation. The CRAC unit shall maintain dry bulb temperature of 68 to 77 degrees F, relative humidity of 40 to 55%, and a maximum dew point 62.6 degrees F. Install new ceiling diffusers, grilles, and registers as needed to provide total coverage. The CRAC unit shall be installed in accordance with the manufactures instructions on the North West wall. Contractor shall perform a structural survey to determine if the current structure can support the new load from the CRAC unit. The Contractor will have two options of entry for the CRAC unit. The Contractor shall insert the unit through the hallway doorway or through the windows that the current AHU uses for ductwork access. If the doorway is used as the point of entry then the raised flooring in Rm 321B will have to be removed in order to install the CRAC unit. Contractor shall protect all existing conduit, electrical panels, etc... during the installation of the new CRAC unit. Repair removed doorway and wall to previous conditions. Reinforce raised flooring as needed in support of new CRAC unit. CRAC unit shall be level with the raised floor. Install two new condenser units in support of the new CRAC units. Install new chilled water supply, return, and condensate lines. The condenser units can be mounted on the roof or the ground. If the units are mounted on the roof then the Contractor must follow the same guidelines as Section 6.1.3.1.6. If the installed refrigerant lines run on the exterior walls then they will need to be boxed in and painted to match the exterior of Bldg 2000. Testing and balancing of the HVAC system shall be done per UFC 3-410-01 HVAC Design. Power for the roof-mounted condenser units and the CRAC units shall be obtained from utility Panel UPSD at 480/277V 3-phase. Panel UPSD1 is a 400A panel located on the roof. Panel UPSD1 is presently supplied from Panel UPSM-RT via a 400A 3-pole breaker and a 400A fused disconnect switch both of which are located in Room M-139. Panel UPSD1 currently powers a number of roof mounted A/C units that are no longer in service and are abandoned in place. The Contractor shall remove the feeder run from UPSM-RT to the 400A disconnect switch. The contactor shall install a new feeder from the Panel UMDP (located in Room M-140) to the line side of the fused disconnect switch. The Contractor shall use the spare 400A 3-Pole breaker in Panel UMDP for the new feeder. The new feeder shall consist of 4-500MCM & 1 #2 Ground THHN conductors in 3 inch EMT. The Contractor shall replace the affected labels in subject panels with correct labels. The Contractor shall remove six 3-phase branch circuits with associated breakers, wire, conduit and supports all the way to older A/C units. The Contractor shall prepare the vacated spaces on the panel to power the new condenser and CRAC units. The Contractor shall provide the required breakers, wire, conduit, supports etc...for the new equipment. The Contractor shall provide 3-phase fused disconnect switches with a solid neutral within 5 feet from the new condenser units. The switches shall be mounted on iron angel framework. KELL 12-0051 Install Double Glass Door/Modify HVAC, B 2001 Double Glass Door Installation: Provide a 95% and As-Built design drawings for this project. Install two new double glass doors in Bldg 2000 main entryway to include the following: Patch, repair, paint, and/or replace walls/floors/ceiling as required during demolition and new work in order to maintain the existing finishes. New glass doors shall be alarm activated. The Contractor shall install the alarm components and the user will provide the terminations. The glass doors shall be installed such that once a user activates the turnstile successfully one set of glass doors open. Both sets of glass doors and supporting hardware shall be ADA compliant. The glass doors and hardware shall be capable of handling high usage and potential collisions from miscellaneous items (i.e. ladders, carts, etc...). The new glass doors and supporting hardware shall be tied into a backup generator. The Contractor shall find the closest electrical panel with backup generator power and use this panel to feed the new glass doors and supporting hardware. Remove and relocate existing turnstiles to include all supporting components. The new turnstiles shall be located such that all required code clearances are enforced. The existing cop station shall remain during construction and after construction finishes. Patch, repair, paint, and/or replace walls/floors/ceiling as required during demolition and new work in order to maintain the existing finishes. The existing turnstiles shall be tied into a backup generator. The Contractor shall find the closest electrical panel with backup generator power and use this panel to feed the turnstiles. The Contractor shall provide 60A 3-Phase 4-wire load center supported by Room M-117 Generator to supply the new glass door operators and the relocated turnstiles. The source panel for the new load center will be identified by the user during the kick-off meeting. Provide 12-20A 1-pole breakers in the load center and a solid blank plate for the remaining section of the bus. Install the new load center inside the visitor control area or another appropriate location not accessible to the public. Label new load center with the designation "Generator Power - Authorized Personnel Only". HVAC Modification: Contractor shall provide HVAC modification work as described below. Provide a 65%, 95% and As-Built design drawings for this project. The main entryway and walkway will be in use during construction. Contractor shall take the necessary measures to ensure all personnel using this area are protected from dust and debris. The Contractor shall develop a phasing plan for all work such that the buildings Mission is not interrupted. The main entryway and walkway will need temporary heating and/or cooling while the HVAC system is down. Remove the existing roof mounted AHU, pad mounted condenser unit and all supporting components serving the main entryway and walkway. The AHU currently sits on a concrete roof with a standing seam metal room built over it. The standing seam metal roof covering the AHU and supporting components shall be removed to perform demolition and new work. If during demolition of the existing standing seam metal roof it's determined that certain components will not be re-useable then the Contractor shall notify the CO to determine the next course of action. Once installation of the new HVAC system has been completed the Contractor shall re-install the standing seam metal roof. Demolition of supporting components shall include but not limited to the following: Remove all supply, return and outside air ductwork. Currently the main entrance is being serviced from the AHU dedicated for the facility management office. The ductwork serving this unit shall be demolished back to the main duct branch and capped. The trunk caps shall be sealed and insulated. Remove all diffusers, grilles, and louvers. Remove all chilled water, hot water, and condensate lines. Patch and paint walls as needed to match surrounding area. Remove all supports, brackets, and all other supporting components. Remove and dispose of all refrigerant per local, state, and federal regulations. Remove the existing suspended acoustical ceiling tiles, grid system and all supporting components serving the main entryway and walkway. All lighting fixtures are to be left in place and reinstalled once the new suspended ceiling grid has been installed. Remove all electrical wiring, circuits, conduit, supports, etc...serving the existing roof mounted AHU back to the source panel. Install a new AHU on the concrete roof and a new pad mounted air cooled condenser unit. The AHU and condenser unit size shall be based on heating and cooling load analysis performed by the Contractor. Contractor shall perform structural survey to determine if existing concrete roof can support the new AHU load. If it's determined that the roof cannot handle the new load then measures shall be taken to ensure the structure can support the new AHU. Install new ductwork, diffusers, grilles, registers, and all other supporting components necessary for a complete system. All existing penetrations that are not reused shall be patched, repaired and/or painted to match the surrounding area. Install new chilled water, hot water, and condensate lines. If the installed refrigerant lines run on the exterior walls then they will need to be boxed in and painted to match the exterior of Bldg 2000. Modify concrete pad as necessary for new condenser unit. Install two new exhaust fans in the standing seam metal roof. Install all electrical wiring, circuits, conduit, supports, etc... required to provide a complete system for the new AHU, exhaust fans, and condenser unit. Re-install standing seam metal roof. The Contractor is responsible for ensuring the roof is sealed tight and leak proof. Install new suspended ceiling system to include 2' x 2' tiles, grid system, hangers, etc... Light fixtures are to be reinstalled in new grid system and located such that proper lighting is supplied. Contractor shall perform Testing and Balancing of all new HVAC equipment to include the roof exhaust fans, per UFC 3-410-01 HVAC Design. 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 190 days for design and 170 days for construction. SET ASIDE: HUBZone NAICS Code: North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 238220 (Commercial and Instutional Construction) 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 6 Aug 12 (Estimated) no later than 1:00pm (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 19 Jul 12 (Estimated) at 8:00am (CST). 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 SrA Chad Galvez, Contract Specialist at (210) 671-0041; email: chad.galvez@us.af.mil ; Alternate POC Mr. Robert De la Rosa, Contract Specialist at (210) 671-0644; email: robert.delarosa.1@us.af.milAlternate POC 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/FA3047-12-B-0004/listing.html)
 
Place of Performance
Address: Security Hill Area 2000, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02780362-W 20120621/120620000004-6ea247bcf27873ce70f64410343d4832 (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.