Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2013 FBO #4141
SOLICITATION NOTICE

Z -- Greenhouse Renovation

Notice Date
3/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
 
ZIP Code
31793
 
Solicitation Number
RFQ13438902
 
Archive Date
5/11/2013
 
Point of Contact
Thomas D. Maze, Phone: 229-386-3496
 
E-Mail Address
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 13-4389-02 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-64. The NAICS code applicable to this acquisition is 2362. The small business size standard 500 employees. This procurement is set aside for small business. Greenhouse 4C Cooling System Renovation - 2013 USDA-ARS Byron, Georgia 1.0 Introduction The USDA is currently seeking bids for modification of a greenhouse cooling system and controls at the Southeastern Fruit and Tree Nut Research Station in Byron, Georgia. The objective of this project is to lower operating cost by duplicating the cooling system of this greenhouse with those found in adjacent greenhouses. This work will include: Removal of existing air conditioning, ductwork and electrical systems. Installation of a new evaporative cooling system along with associated electrical, ventilation and plumbing systems. Modification of the existing environmental control system to make fully functional all controlled systems. 2.0 General Requirements The Contractor shall; a. Provide all labor, supervision, tools, materials, equipment and any other related services or supplies necessary to modify the environmental systems as outlined in this solicitation. b. Designate, in writing to the Contracting Officer, an onsite representative who is readily available to the Contracting Officers Representative anytime work is in progress at the Location. c. Make a site visit and take steps as may be necessary to ascertain the nature and general conditions that could affect the work or cost thereof. d. Perform an inspection of each work item, take their own measurements and develop their own materials requirements in accordance with the specifications to install, and leave fully operational, all environmental and control systems for the greenhouse listed in this solicitation. e. Follow all Federal, State and local laws, codes and ordinances pertaining to safety, the disposal of materials and execution of this work. f. Comply with the provisions set forth in the Davis-Bacon Act. The Contractor shall post all Equal Employment Opportunity, wage and other required posters in a prominent location at the work site. The Contractor shall submit original, signed payroll forms weekly to the Contracting Officers Representative for each employee and sub-contractor employee involved in executing this work. g. Be currently registered in the System for Award Management (SAM), www.sam.gov 2.0 Work Hours Work hours for this project shall be from 7:00 am to 4:30 pm, Monday through Friday, excluding Federal holidays. No overtime or weekend work will be allowed. 3.0 Performance Period The performance period for this project shall be 30 calendar days from the issuance of the notice to proceed. 4.0 Site Visit To schedule a site visit, contact Jeff O'Neal at 478-956-6431 or email, jeff.oneal@ars.usda.gov 5.0 Submittals Submit to the Contracting Officer the name of the Contractors site representative. 6.0 Products Products identified in this section by manufacturer's name and model number are identical to the existing products used in adjacent greenhouses for similar purposes. A. Electrical - •1. Breakers - Square D model QOB120VH •2. Conduit - %" galvanized rigid •3. Cover plates a. GFCI receptacle - Intermatic model WP3100C b. Switch - Hubbell-Raco model 5155-0 •4. GFCI receptacle - Levitron Smart Lock model 7899-1 •5. Manual Starter Switch a. Switch - Square D model 2510F01 b. Thermal Unit - Square D model A8.38 •6. Relays - Square D model 8501C016V14 series D •7. Weatherproof outlet boxes a. Box- Hubbell-Raco model5324-0 b. Box Extension - Hubbell-Raco model 5406-0 B. Exhaust Fans All products for exhaust fans are manufactured by Acme Engineering and Manufacturing Corp. P.O. Box 978 Muskogee, Ok. 74402. www.acmefan.com •1. Fans - model DCA30G-B •2. Housings - model WS30DC •3. Shutters - model WAA3333 •4. Housing Intake Guards - model GS-30 C. Evaporative Cooling System 1. Evaporative Cooler a. Kool-Cell PDR4 Water Distribution and Return System with stainless steel gutters and housings manufactured by Acme Engineering And Manufacturing Corp. b. PDRP60 Pump Reservoir Kit with Goulds model LSP0311 pump manufactured by Acme Engineering and Manufacturing Corp. c. Water reservoir piping - 8" type psm sdr-35 pvc d. Water supply piping - Yi" type L copper tubing e. Insulation - Glass fiber insulation Yz" thick. Pre-molded with factory applied all service jacket and self sealing lap. f. Insulation Jacket -.010 aluminum jacketing and aluminum fitting covers with joints sealed water tight with mastic. g. Shut off valve - Yi" nom. size brass ball valve, 400 psi WOG, conventional port with threaded ends. Provide a stem extension to clear insulation. D. Glazing •1. Polycarbonate Panels - 8mm double skinned panels manufactured by Polygal USA Inc. •2. Glazing bars - Polygal 6-35 glazing system. 7.0 Demolition All materials associated with the removal of the old air conditioning systems, electrical systems, glazing and framing shall become property of the contractor and shall be promptly removed from government property. A. Remove (2) 7.5 ton Trane package unit air conditioners along with all associated ductwork located on the interior and exterior of the greenhouse. B. Remove all associated high and low voltage wiring, conduits (including those located underground) and disconnect panels serving the air conditioning units back to the main electrical service panels from which they originate. C. Remove the remaining polycarbonate panels in the wall sections where ductwork was removed and the designated area where new exhaust fans will be installed. 8.0 New Work A. Polycarbonate Panels •1. Provide new aluminum glazing bars and 8mm polycarbonate panels on the south end of Greenhouse 4C in sections where ductwork was removed. New panels and glazing bars shall be installed in continuous vertical sections similar to those sections on adjacent greenhouses. Follow panel manufacturers recommended procedures for installation of these panels. •2. Install support bracing for new exhaust fans at designated locations on the west side of the Greenhouse 4C. Modify polycarbonate panels and glazing bars previously removed to provide a fully enclosed and weather-tight wall surface around the fan housings. B. Exhaust Fans •1. Install new exhaust fans complete with shutters and guards at designated locations on the west side of the Greenhouse 4C. Follow fan manufacturers installation recommendations for installing these fans. •2. Provide (2) new 115 volt power circuits, one for each fan. The conduit for these circuits shall be %" rigid and extended off the exhaust fan power conduit for Greenhouse 4B. Each circuit shall contain the circuit breakers, power relays and manual starter switches necessary for proper operation and control of the fans and shall duplicate existing circuits in adjacent greenhouses. C. Evaporative Cooling System •1. Provide a evaporative cooling system complete with water distributor, self supporting cellulose cooling cells, cooling cell holder, stainless steel cell cover and retainer, stainless steel return gutter, strainer, circulating pump, 8" pvc/fiberglass sump, automatic float valve, piping, fittings and other components required for a fully operational system in accordance with the manufacturer's recommendations. This system shall be installed on the east interior wall of Greenhouse 4C. •2. Provide a new Vi" copper water supply line to the automatic float valve for the evaporative cooler. This water supply shall tie in to existing copper water piping located inside Greenhouse 4C. The new water supply pipe shall contain a new 34" ball valve shutoff and be insulated and jacketed with the same materials as the existing water supply piping. •3. Provide a new 115 volt power circuit for the new evaporative cooling circulation pump. This circuit shall contain the necessary circuit breaker, power relay and ground fault outlet to allow proper operation and control of the pump. D. Environmental Control The existing Wadsworth Step 50A Environmental Controller and Wadsworth VC-100A Vent Controllers for Greenhouse 4C will be reused for control of the heating and cooling systems and components. The ridge and side vents shall be controlled automatically by the Step 50A Controller or manually operable (in the manual switch position) from their respective VC-100A Vent Controller. The Step 50A Controller control relay wiring shall be re-configured to achieve the automatic operating sequence described below: •1. Heat 2: Stage not used. •2. Heat 1: Blowers on both unit heaters are started. •3. Setpoint: No control action required. All equipment off. Ridge vent is closed. •4. AC-1: Ridge vent opens, both exhaust fans are off. •5. AC-2: Both exhaust fans start, ridge vent closes, side vent opens. Re-circulating pump is off. 6. AC-3: Re-circulating pump starts circulating water through evaporative cooling pad, side vent remains open, both exhaust fans remain on. 9.0 Stop Work Orders The USDA Contracting Officer or their representative may issue a stop work order at any time if concerns arise regarding employee or occupant safety, the integrity of the work area, security or other related concerns. If the USDA Contracting Officer or their representative issues a verbal or written "stop work order" due to personnel, environmental or property safety risks or due to violations of rules or regulations, the contractor shall immediately stop all work and shall have no right to project delay claims. The contractor shall not recommence work until authorized to do so by the USDA Contracting Officer or their representative. 10.0 Change Orders No work beyond the specified scope shall be performed without written permission by the USDA and an official approved change order. 11.0 Damage to USDA Property The USDA and/or their representative and the contractor shall inspect the work area prior to start of work and note all existing conditions. Any damage to USDA property by the contractor shall be promptly repaired by the contractor and assessed as a condition of final project acceptance. The contractor shall be responsible for restoring all work areas and surfaces to their original condition or better. The winning bidder shall be required to provide proof of general liability insurance in the amount of $1,000,000.00 (one million dollars) covering both the contractor and any subcontractors and shall also provide proof of workers compensation insurance covering all workers on the project. Estimated Cost $20,000 to 30,000 Past performance information: Offers shall provide information on past performance on contracts within the last three years for similar work called for in this solicitation which demonstrate an ability to meet the contract objectives. Offeror shall include the following information, as a minimum: the company name, the total contract value, a brief description of the requirement, an individual's name and contract information who can verify the information provided on the offeror's past performance. Delivery shall be FOB Destination. Delivery time is 30 days after receipt of award. Quoted price shall include all material, installation and commissioning costs. Evaluation of quotations will be made based on price and past performance. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic transfer. This solicitation incorporated the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial item. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, April 26, 2013 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ13438902/listing.html)
 
Place of Performance
Address: 21 Dunbar Road, Byron, Georgia, 31008, United States
Zip Code: 31008
 
Record
SN03019821-W 20130327/130325234115-562ebffce9b9bbabb8d24fab9b1e5a35 (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.