SOURCES SOUGHT
99 -- Replacement of the Chiller Control Panels on all 4 Chillers at the Seattle Air Route Traffic Control Center (ARTCC) Located in Auburn, Washington
- Notice Date
- 8/7/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ACQ-530 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-12-R-00143
- Response Due
- 8/31/2012
- Archive Date
- 9/15/2012
- Point of Contact
- MATTHEW BENBOW, 425-227-2058
- E-Mail Address
-
matt.benbow@faa.gov
(matt.benbow@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO) website, please visit http://faaco.faa.gov/ for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov/. The purpose of this Request for Offers is to seek competent and qualified contractors to perform all work necessary to replace the chiller control panels on all 4 chillers at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington in accordance with the specifications, drawings, contract clauses, and wage rates. Magnitude of base construction is $100,000 - $250,000 Notification of Competition Limited to Eligible 8(a) SEDB Concerns See Contract clause: 3.6.1-8. The NAICS Code for this project is 238220. The Small Business Administration Size Standard for NAICS Code is $14.0 million. The total contract duration for completion of all work shall be 45 calendar days after official notice to proceed for construction. The following is a general description of the work: There are four (4) existing Trane 320 ton chillers installed in the Seattle ARTCC. These chillers were installed in the early to mid-1990 and their control panels are obsolete types which are current not supported by the manufacturer. These control panels are to be replaced with the newest variant of the Trane Adaptiview Control Panel Package. This package is to contain the newest display, UC 800 Controller, mounting swing arm and the new control panel. Included in this project is the connection and full integration of the new control panel system with the facility's DDC system which consists of the Johnson Control's Metasys System. The panels shall be programmed with all communication units of the English format and not the Metric format. For example, Degree F shall be used not Degree C. Also included in this statement of work is the replacement of the conduit and wiring system of the Johnson Control's Metasys System to the three older Trane Chillers (CH 100, CH 400 and CH 500). A single conduit may be run to the ceiling above these chillers; however, from this location three (3) separate conduits shall be run from this point to each of the three older chillers. Chiller 200 is the newest of the four (4) chillers and is not included with the re-conduit and re-wiring effort. The existing wiring and conduit for Chiller 200 may be re-used if possible. The existing, old wiring shall be removed from the existing conduit for Chiller 100, Chiller 400 and Chiller 500. This wiring is not to be abandoned in place. This work shall be accomplished by JCI. The Tracer TU Service Tool shall be provided for work on the panels. Any and all associated work required to install and return the four chillers to full operation is included in this work. This associated work includes but is not limited to removal and replacement of the control panels, removal and replacement of the refrigerant charge, marking and revisions to the control system wiring, removal and replacement of existing sensors, transducers, brackets, required pressure and vacuum testing, required or recommended oil changes and refrigerant dryer servicing. A certified trained technician shall perform this work. The refrigerant technician shall have the qualifications and requirements, as specified in the Federal Clean Air Act and FAA Order 1050.18. Site Visit: The site visit is OPTIONAL, however the FAA urges and expects offerors to inspect the site where the work will be performed a. The FAA facility escort has been instructed not to answer any questions about the project during the site visit, please do not ask them any. All questions from the site visit must be submitted in writing according to the RFO's instructions in Section B004 Solicitation Questions (above). b. To attend a site visit, advance notice by e-mail or telephone is required to the FAA POC identified below. You will be required to provide your company representative's name, title and cell phone number. FAA POC: Mohit Nadiyadra Office: (425) 227-2351 E-mail: mohit.nadiyadra@faa.gov Alternate Contact: Marc Nagel Office: (425)227-1554 E-Mail: marc.nagel@faa.gov Submission of Offer: PROPOSALS ARE DUE NO LATER THAN 12:00PM ON AUGUST 30, 2012. Please see Section "L" of the Request for Offers for complete pro
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-12-R-00143/listing.html)
- Record
- SN02829950-W 20120809/120808000713-f181f78a649447de946429e3e1280945 (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 |