Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDE - Mechanical Work at the Chicago Air Route Traffic Control Center (ARTCC), Aurora, Illinois

Notice Date
6/28/2012
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-00255
 
Response Due
7/11/2012
 
Archive Date
7/26/2012
 
Point of Contact
Melody McGovern, 847-294-7347
 
E-Mail Address
melody.mcgovern@faa.gov
(melody.mcgovern@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Set-Aside Procurement: The contractor shall furnish all labor, material, equipment, tools, supplies, permits supervision and transportation for the FY12 Sustain - Mechanical work at the Chicago ARTCC at Aurora, Illinois in accordance with the specifications and contract provisions specified herein. SCOPE OF WORK: The work under this transmittal includes, but is not limited to, the following: Part A: (Not Used) Part B: AWB Sump Pump Replacement: 1.Remove existing storm water lift station in room B136. Work include but are not limited to demolish pumps, motors and its associated components, starters, controls, conduit, wiring, panel, disconnects, alarm, bells, supports, partial piping, valves, switches etc. 2.Furnish and provide new two sump pumps, including but are not limited to motors, control panel, disconnect switches, alternator, selector switches, stainless steel float rods, high water alarm, pedestal supports, new steel basin cover etc. 3.Furnish and provide dry contacts and control wiring to remote location in monitor room B117 for one alarm point to alert operators for high water level. 4.Replace existing partial discharge piping and valves as shown on ZAU-D-ARTCC-M205. 5.All other work as indicated on drawing ZAU-D-ARTCC-M205. Part C: Replace AHU Humidifiers in DSR & AW Attics and Admin Wing Exhaust Fans: 1.Remove and replace two existing electric humidifiers HU-4 and HU-5 with new in the Automation Wing attic. Work include but are not limited to furnish and install stainless steel tank reservoirs, supports, control panel, flexible steam supply hoses, water supply lines, valves, piping, drains, insulation, power cables, wiring, and control as required etc. 2.Remove and replace two existing electric humidifiers EH-201A and EH-201B with new in the Control Wing DSR attic mechanical room. Work include, but are not limited to furnish and install packaged humidifiers, including disposable canisters, supports, control panel, valves, water, steam supply piping, drains, insulation, power cables, wiring, and control as required etc. 3.Remove and replace exhaust fans EF-320, EF-350 and EF-390 with new on the Administration Wing roof. Re-use all existing fan roof curbs. Modify curbs as required to fit new fans. Provide new fan dampers. For exhaust fan EF-350, remove existing wall mounted disconnect switch and provide new cables, wiring powered from existing electrical panel D6 in room B111. For EF-320 and EF-390, re-use existing power cables and wiring. Modify or provide new wiring as required. 4.All other work as indicated on drawings ZAU-D-ARTCC-M204 and ZAU-D-ARTCC-M208. Part D: Leak Detection in DSR & AW Attics: 1.Provide two new fabricated, galvanized steel drip pans for humidifiers HU-4 and HU-5. Drip pans are sized approximately 35" long, 16" wide and 3" high. Lay leak detection cables inside drip pans. Provide all required jumper cables. Provide conduits for cables. Provide one non-locating alarm module and one locating leak detection panel as shown on drawing ZAU-D-ARTCC-M204. 2.Provide new leak sensing cables for the DSR mechanical room attic. Layout of leak detection cables shall be around all six air handling units (AHU's) and around the pump pad area as shown on drawing ZAU-D-ARTCC-M204. 3.Provide dry contacts for alarm points to the existing DDC system (Robert Shaw). Provide zones for leak detection systems as follows: a. Zone HU4 for humidifier HU-4 leak detection in AW attic. b. Zone HU5 for humidifier HU-5 leak detection in AW attic. c. Zone 1 for AHU-201 leak detection in DSR attic mechanical room. d. Zone 2 for AHU-202 leak detection in DSR attic mechanical room. e. Zone 3/5A for combined AHU-203 and AHU-205A leak detection in DSR attic mechanical room. f. Zone 4 for AHU-204 leak detection in DSR attic mechanical room. g. Zone 5B for AHU-205B leak detection in DSR attic mechanical room. h. Zone P for pump pad area leak detection in DSR attic mechanical room. 4.Provide as-built data with mapping, commissioning and isometric drawing for the above items from A to H. 5.All other work as indicated on drawing ZAU-D-ARTCC-M204. To obtain a copy of the solicitation, you must submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to the Contract Administrator, Mr. Dennis Shub/Acentia at fax 847-294-8050, E-mail: Dennis.ctr.Shub@faa.gov by close of business July 06, 2012. The estimated price range is between $100,000.00 and $250,000.00. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded the contract must have an active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov NAICS Code is 236220 THERE WILL BE A MANDATORY SITE VISIT, DATE AND TIME WILL BE ANNOUNCED IN THE SOLICITATION. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-12-R-00255/listing.html)
 
Record
SN02788921-W 20120630/120628235129-66bad889087d6a82266044c5e2eb83bf (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.