MODIFICATION
Z -- Sources Sought to provide design-build renovation services supporting the replacement of two air-cooled screw chillers, replace DX Split System Units with Chilled Water Air Handling Units at Andersen Air Force Base, Guam.
- Notice Date
- 3/31/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-14-R-6005
- Response Due
- 4/4/2014
- Archive Date
- 5/30/2014
- Point of Contact
- lea.a.walker, 5013401032
- E-Mail Address
-
USACE District, Little Rock
(lea.a.walker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY, TO BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. The US Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award an Engineering Infrastructure Repair Design-Build Construction Services contract in support of the United States Air Force Medical Service (AFMS) Healthcare Facilities Modernization Program at Andersen Air Force Base, Guam. The Government is seeking qualified, experienced sources capable of performing the work described below. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community. The type of acquisition to be issued will depend upon the responses to this synopsis. Interested sources are requested to provide the capability statements (no more than 6 pages) addressing the areas requested below and email them to: lea.a.walker@usace.army.mil not later than Friday, March 28, 2014 BACKGROUND In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. REQUIREMENT Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the replacement of the air-cooled screw chillers. The scope of work for the resultant contract will primarily be associated with the renovation/replacement of the existing facility/infrastructure equipment. Develop an engineering solution to replace the existing air-cooled screw chillers with new chillers, properly sized to handle the additional loads. The chiller shall have copper tubes and condenser coils with copper fins. Frame assemblies shall be stainless steel or otherwise protected from salt air corrosion. The units shall also include de-super heater heat exchangers to allow heat recovery for the hot water system. The water piping system shall be investigated to determine sizing needed to carry the water flow for the added loads. The entire water, air, and control system shall be rebalanced and re-commissioned. The solution shall upgrade primary cooling loop and design parameters that will provide required humidity control. The design solution will include re-commissioning of the entire building automation and controls system of all medical facilities on the main medical campus. Develop a design solution to replace the packaged DX cooling system serving the women's health clinic (building 26009), the DX split system unit serving the bio-waste collection point (building 26004) and the DX split system units serving Logistic Warehouse (building 26001). The units are to be replaced with chilled water air handling units, tied into the Main Clinic's chilled water system. The systems shall include VAV boxes and humidity controls. The controls shall be tied into the building automation system. Any equipment sitting outside will need to be constructed to prevent salt air corrosion. That will include stainless steel panels and hardware. The current package unit A/C has been impacted by outside weather conditions causing the aluminum condenser coil to degrade rapidly and the fans are falling off causing an efficiency problem. Additional consideration should be given to eliminating individual split systems and provide conditioned air from the primary chilled water system. Humidity in the facility has been highly problematic and it has been difficult to maintain less than 70% RH. CAPABLE OFFERORS MUST: 1) Demonstrate experience performing heating, ventilation, and air conditioning and building automation systems in a military medical facility in Guam. Systems must conform to the country's codes and standards and must meet the needs of the military medical treatment facility. All equipment must comply with the Buy American Act, and must meet or exceed the equipment codes of Guam. 2) Demonstrate that you understand electrical code requirements and how to obtain them. All equipment used for testing, adjusting and balancing must be approved by customs and be authorized to be used in Guam. 3) Demonstrate experience obtaining local labor crew, which will consist of foreign labor only, and how you retain the disciplines required to complete the projects on schedule, providing a quality product. 4) You must ensure that each laborer has a legitimate background check/screening. Briefly describe how you have worked with both military and foreign security officials ensuring the project's timely completion. 5) Provide no more than 6 pages of support for demonstrating capability. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The Standard Industrial Classification (SIC) Code is 1542 - General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The US Small Business Administration Size Standard is $33.5 Million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-14-R-6005/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN03324807-W 20140402/140331234633-60ccdacc1d70aa899f1e9fa4220136ce (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 |