Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
SOURCES SOUGHT

Z -- HVAC Replacements in Brownsville, McAllen & Pharr, Texas

Notice Date
1/6/2016
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-16-JU-HVACBrownsville
 
Archive Date
1/28/2016
 
Point of Contact
Shawna M. Villarreal, Phone: 8178505541
 
E-Mail Address
shawna.villarreal@gsa.gov
(shawna.villarreal@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Project Description The General Services Administration, Public Building Service, Region 7, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to perform the work provided below. TX0921MA - BPSH Administration Building (2301 S. Main St. McAllen, TX) 1. Remove existing two (2) HVAC rooftop units (8 Ton RTU & 3 Ton RTU) and dispose of properly. 2. Remove existing two (2) 20 ton condensing units and one (1) 40 ton Air Handler Unit (AHU) for split system units and dispose of properly. 3. Replace AHU and condensing units with the following: a. 9.16.1: BPSH ADMIN - 1 EA 40 TON 10,687 CFM equal to or better than Trane Model UCCA b. 9.16.2: BPSH ADMIN - 2 EA 20 TON Condensers equal to or better than Trane Model # TTA240H c. 9.16.3: BPSH ADMIN equal or better than 12.6 SEER rating. - 1 EA THC092E d. 9.16.4: BPSH ADMIN equal or better than 19 SEER rating. - 1 EA TZC036E TX0922MA - BPSH Building B (2301 S. Main St. McAllen, TX) 1. Remove existing six (6) HVAC rooftop units (one 2 Ton RTU, one 3 Ton RTU, one 4 Ton RTU, two 5 Ton RTUs & one 6 Ton RTU) and dispose of properly. 2. Furnish and install six (6) new packaged rooftop units of same cooling and heating capacities as the existing units being replaced: a. 9.15.3: BPSH BLDG B equal or better than 19 SEER rating. - 1 EA TZC048E (To replace existing 4 Ton RTU) b. 9.15.4: BPSH BLDG B equal or better than 19 SEER rating. - 2 EA TZC060E (To replace existing 5 Ton RTU) c. 9.15.5: BPSH BLDG B equal or better than 13.1 SEER rating. - 1 EA THC074F (To replace existing 6 Ton RTU) d. 9.15.6: BPSH BLDG B equal or better than 19 SEER rating. - 1 EA TZC036E (To replace existing 2 Ton RTU) e. 9.15.7: BPSH BLDG B equal or better than 19 SEER rating. - 1 EA TZC036E (To replace existing 3 Ton RTU) TX0923MA - BPSH Building C (2301 S. Main St. McAllen, TX) 1. Remove existing air handling unit and condensing units (7.5 Ton AHU, 7.5 Ton Condensing Unit, 3 Ton AHU, 3 Ton Condensing Unit) and dispose of properly. 2. Furnish and install new split system units (condenser and air handlers) of same cooling and heating capacities as the existing units being replaced. a. BPSH BLDG C: 1 EA 7.5 Ton Split System, equal to or better than 12.4 EER rating. Equal to or better than Trane condenser Model # TTA090J, Air Handler Model #TWE090E b. BPSH BLDG C: 1 EA 3 Ton Split System, equal to or better than 19 SEER rating. Equal to or better than Trane condenser Model #TTR9036A, Air Handler Model #GAM8A0-V- TX0562BM - Primary Inspections Building (1300 Mexico Blvd Brownsville, TX) 1. Remove existing condensing units (two (2) 15 Ton units), air handler unit (30 Ton 2-stage AHU with gas furnace) and hot air furnace and dispose of properly. 2. Replace 1 EA. 30 TON Air Handler with burner furnace and 2 EA. 15 ton condensing units DX split system with associated above ground duct work, with 4 EA. 20 SEER ductless mini splits system equal to or better than Trane Model number #4MUC4524A10NOA (indoor unit) and equal to or better than Trane Model Number for #4TUK4524A10NOA (outside unit) with cassette type air handler heat pump with 5 kw heat and condenser to be mounted on wall over rear exterior door of booth. TX0553LT - Los Tomates Truck Primary Building 1. Remove existing condensing unit (15 Ton), air handler unit (15 Ton) and hot air furnace and dispose of properly. 2. Replace DX split system, AHU7 Unit 3500 CFM air handler with hot air furnace with underground duct work, 15 TON Condenser CU-13 and replace with total 4 mini splits system equal to or better than existing Trane 2 Ton mini-splits rated at a minimum of 20 SEER. Mini splits system shall be equal or better than Trane Model number #4MUC4524A10NOA (indoor unit) and Trane Model number #4TUK4524A10NOA (outdoor unit) with cassette type air handler heat pump. TX0312BM - B&M Admin Building (1300 Mexico Blvd Brownsville, TX) 1. Remove existing condensing units (12.5 Ton, 4 Ton, 2 Ton & 1.5 Ton) and air handler units (12.5 Ton, 4 Ton, 2 Ton & 1.5 Ton) and dispose of properly. 2. Furnish and install four (4) new split system units (condensing units and air handlers) of same cooling and heating capacities as the existing units being replaced. New split systems shall be equal to or better than: a. One (1) ea. 12.5 Ton condensing unit, equal to or better than 11.2 EER rating. Equal to or better than Trane Condensing unit Model #TTA150H, Air Handler Model #TWE090E. b. One (1) ea. 4 Ton unit, equal or better than 19 SEER rating. Equal to or better than Trane condensing unit Model #TTR9048, Air Handler Model #GAM8A0-V. c. One (1) ea. 2 Ton unit, equal or better than 19 SEER rating. Equal to or better than Trane condensing unit Model #TTR9024, Air Handler Model #GAM8A0-V. d. One (1) ea. 1.5 Ton unit, equal or better than 19 SEER rating. Equal to or better than Trane condensing unit Model #TTR9018, Air Handler Model #GAM8A0-V. TX0312PH - PHARR Import Primary Building (9901 S. Cage Blvd Pharr, TX) 1. All existing window units 6 EA. shall remain in place. 2. The existing six (6) each DX hotel type through wall package system shall remain. Install new six (6) each 2 Ton mini-splits rated at a minimum of 20 SEER. Mini-splits system equal to or better than Trane Model number for indoor unit #4MUC4524A10NOA (one per booth) and equal to or better than the Trane Model Number for Outdoor unit #4TUK4524A10NOA (one per booth) with cassette type air handler heat pump with 5 kw heat and condenser. TX0318PH PHARR Administration (9901 S. Cage Blvd. Pharr, TX) 1. Remove existing Air Cooled Chiller unit and Chilled water Air Handler mentioned below and dispose of properly (One (1) ea. 70 Ton Air cooled chiller, One (1) ea. 80 Ton 12,000 CFM AHU, and One (1) ea. Chilled water pump). 2. Furnish and install new Air Handler Units. Furnish and install new Chiller units (Admin. Bldg same or better to York M# YLAA0081HE. TX0354PH - PHARR Import Building (9901 S. Cage Blvd Pharr, TX) 1. Remove existing Air Cooled Chiller unit and Chilled water Air Handler mentioned below and dispose of properly (One (1) ea. 40 TON Air cooled chiller, One (1) ea. 16,115 CFM AHU, and One (1) ea. Chilled water pump). 2. Furnish and install new Air Handler Units. Furnish and install new Chiller units at Import Building equal to or better than York M #YCAL0043EE. All necessary connections, valves, pumps, piping and electrical modifications shall be included. In addition, the new chiller's control system shall communicate with existing building automated system. Replacement Chillers shall be wired to and communicate by BACnet directly to the Building's Niagara JACE Controller. The Chillers shall not be linked through a propriety building system controller. Contractor will be responsible to verify the existing BAS and provide all necessary wiring, controls, and Bacnet cards (if needed) to integrate chiller's controls to BAS. The BAS Integration contractor shall include any mapping and linking changes of the chiller on the graphics page. Contractor is responsible for licensing fee and drivers to connect/communicate BACnet to the existing JACE. Chiller display/ chiller history/trending shall be connected to the BAS for viewing and controlling. Provide the tonnage with the chiller graphic (ex: YORK 81 Ton). Include links to the chiller history logs on the central plant page so that access to the trends are easily opened for analysis. The Contractor shall program the existing and any new feedback points using BACNET protocol intergraded into the existing BAS. The new chiller's control system shall communicate with existing building automated system. Contractor will be responsible to verify the existing BAS and provide all necessary wiring, controls, and/or Bacnet cards (if needed) to integrate chiller's controls to BAS. All work shall be completed within 90 calendar days after Notice to Proceed (NTP). Performance and payment bonds will be required. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 238220; the associated small business size standard is 15 million. Magnitude of construction is between $500,000 and $1,000,000. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated to this request for capability information. If your organization has the potential capacity to perform these contract services, please provide the following information: (1) A complete and current record of your registration within the System for Award Management, located at https://www.sam.gov/. The record shall include your DUNS number, organization name, address, contact name, email address, web site address, telephone number, type of organization, and small business type(s). (2) A capability statement supporting claims of organizational and staff capability to perform the tasks listed in the "Project Description" paragraph above. (3) A list of three HVAC removal and installation contracts and associated federal customers performed within the last 5 years. Please provide the name, title, agency (or like concern), telephone number, email address, and physical address with the associated contract. Experience of both the prime contractor and subcontractors will be considered. GSA requests that potential sources only submit the minimum information necessary and no more than four (4) pages. The SAM.gov record does not count toward the 4 page minimum. The result of this market research will contribute to determining the method of procurement, including type of small business set-aside. NO LARGE businesses need to respond to this notice. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. Submission Instructions: Interested parties, excluding large businesses, who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 2:00 PM (CDT), Wednesday, January 13, 2016. All responses under this Sources Sought Notice must be emailed to Shawna Villarreal, Contracting Officer, at the following address: shawna.villarreal@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-16-JU-HVACBrownsville/listing.html)
 
Record
SN03984637-W 20160108/160106235018-4ad7188cb6879fde2379d2f6ab87ed5a (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.