Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOLICITATION NOTICE

99 -- HVAC REPLACEMENT, MUNICIPAL AIRPORT ATCT, CEDAR RAPIDS, IA

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACE-55 Central Region (ACE)
 
ZIP Code
00000
 
Solicitation Number
DTFACE-05-R-25015
 
Response Due
3/7/2005
 
Archive Date
4/6/2005
 
Description
COST OF PLANS: $150 PER SET -Plans shall not be mailed until checks received. MARK CHECKS WITH SOLICITATION NUMBER AND MAKE PAYABLE TO FAA. MAIL TO: FAA - ACE-55, Room 117, 901 Locust, Kansas City, MO 64106. Furnish all labor, equipment, tools, supplies and materials and their use in connection with the "REPLACE HVAC SYSTEMS" at the FAA Airport Traffic Control Tower (ATCT) facility at the Municipal Airport, Cedar Rapids, Iowa. The scope of this project will generally consist of the following, but is not limited to: A: Installation of Back-up HVAC Systems. 1. Provide and install Fan Coil Units FCU-3, FCU-4 and FCU-7 in the Rooms 304, 405 and 606 respectively. 2. Provide and install Condensing Units CU-3, CU-4 and CU-7. Provide and install concrete equipment pads. Provide layout of Condenser equipment pads for approval. 3. Provide and install asphalt paving in equipment yard for CU-3, CU-4 and CU-7. 4. Provide and install barrier fence with 48" gate around the expanded equipment yard. Fence shall match existing chain link fence. 5. Provide and install refrigerant lines including suction lines and liquid lines with liquid line solenoid valves to each Fan Coil Unit. Seal around penetrations through the building walls. 6. Insulate refrigerant and condensate piping. 7. Provide and install refrigerant pipe supports. 8. Provide and install condensate piping to the floor drains. 9. Provide and install a protective shield over the refrigerant piping between the condensing units and the building. 10. Provide and install concrete support pad for protective ice shield. 11. Provide and install out-side supply air ducts to FCU-4 and FCU-7 with duct liner. 12. Provide and install out-side supply air Control Dampers CD-FCU-4A and CD-FCU-7A and air balancing dampers. 13. Provide and install Supply Air Ductwork from each Fan Coil Unit. 14. Provide and install (6) Back-draft Dampers as required. 15. Provide and install Air Balancing Damper as required. 16. Provide and Install insulation on piping and ductwork as required. 17. Provide and install DDC Controls and thermostats for each Fan Coil Unit 18. Provide and install pipe supports, equipment supports, vibration isolation, seismic bracing and miscellaneous ancillary items. 19. Start-up and test and prove the operation of the back-up HVAC systems. 20. Provide start-up service and training as described in the contract specifications. 21. Provide guarantees as described in the contract specifications. 22. Relocate existing equipment as required to maintain manufactures recommended clearances, NEC clear space, and egress clearances. 23. Patch and repair all walls, finishes and doors as required by removal and/or installation of new and/or existing equipment. 24. Provide and install electrical power panel ELP-1A and associated feeder and misc. branch circuits. 25. Provide and install misc. branch circuits to new and relocated equipment. Note: Demolition of existing equipment and construction can begin after the Back-up HVAC systems have been started-up, tested and approved. B: Demolition: 1. Abate and dispose of pipe jacket, insulation, and piping on the complete hot water and chilled water piping systems. Sealant on pipe insulation at fittings and ends of pipe contain asbestos(ACM). Refer to the Contract Specifications Division 2-1 ASBESTOS ABATEMENT AND DISPOSAL. 2. Flexible vibration collar connections at air handling units, etc., shall be tested for asbestos(ACM) prior to removal. Testing will be performed by the FAA. Contractor shall coordinate with the COTR for testing. 3. Abate and dispose of asbestos (ACM) in floor tile mastic if it is located under removed equipment. 4. Remove and dispose of Boiler and Boiler Controls. 5. Remove and dispose of complete hydronic hot water and chilled water piping systems including pumps. 6. Remove and dispose Air Handling Units (AHU#1, AHU#2, AHU#3, AHU#4, AHU#5,and AHU#6). 7. Remove and dispose Filter Mixing Box and Dampers for each air-handling unit. 8. Remove and dispose all Johnson Control Panels, all pneumatic control, pneumatic piping, pneumatic actuators (at valves and dampers including fire/smoke dampers in wall openings), thermostats and humidistats. 9. Remove air compressor, motor starter, filter, refrigeration unit (dryer) and turn the equipment over to the facility. 10. Remove existing Humidifiers HU-1 and HU-2. 11. Remove existing CUH-1G. 12. Remove existing fuel oil piping, day tank and fuel pump from building entrance to the boiler. Piping to Engine/Generator unit is to remain in tact. C: Construction: 1. Provide and install new Boiler and Boiler Controls. 2. Provide and install a new hydronic hot water and chilled water piping systems. 3. The contractor shall provide portable exhaust fans to exhaust fumes outside the building during soldering, brazing and welding operations. 4. Provide and install Hot Water Circulating Pump (HWP) and controls. 5. Provide and install new Chilled Water Circulating Pump (CWP) and controls. 6. Provide and install new Glycol Make-up Package. 7. Provide and install new access doors in the outside air intake for each Air Handling Unit (AHU#1, AHU#2, AHU#3, AHU#4, AHU#5,and AHU#7). 8. Inspect and clean the air intake screen for each Air Handling Unit (AHU#1, AHU#2, AHU#3, AHU#4, AHU#5,and AHU#7). This work shall be accomplished from inside the building. 9. Provide and install new Air Handling Units (AHU#1, AHU#2, AHU#3, AHU#4, AHU#5, AHU#6 and AHU#7). Provide and install flexible connections and modify ductwork as required. 10. Provide and install new Filter Mixing Box and Dampers for each air-handling unit, except AHU#6. 11. Provide and Install new Odor Control Equipment (OC-1, OC-2, OC-3, OC-4, OC-5, OC-6 & OC-7) in panel of each Air Handling Unit. 12. Provide and install a new CUH-1G. 13. Provide and install new DDC Control System including Panels, sensors, thermostats, humidistats, electric actuators, flow switches, and miscellaneous controls for the chiller, boiler, pumps, humidifiers and for all air handling units. 14. Provide and install new Humidifiers (HU-2, HU-3, HU-4, HU-5 and HU-7) with space distribution unit, humidistats, high-limit humidistats, air flow switches, controls, steam piping, steam distribution units and soft water supply piping. 15. Provide and install new Ozone Monitor Control Switch (O-1, O-2, O-3, O-4, O-5, O-6 & O-7). 16. Provide and install a Culligan Silver Series Water Softener with triple hull steel resin tank 9x43, and meter controlled brine tank. Provide start-up service by Culligan after installation and initial salt fill of 300 lbs. Provide and install any back-flow preventers required. 17. Provide and install a soft water supply piping system, the riser serves each floor and is connected to the new and existing humidifiers. Also provide and install a ??" hose bibb at 2'-6" above each finished floor. 18. Provide and install pipe supports, equipment supports, vibration isolation, seismic bracing and miscellaneous ancillary items. 19. Provide and Install insulation on all piping systems and ductwork as required. 20. Provide testing and balancing of air distribution, heating and cooling and pumping systems. 21. Provide start-up service and training as described in the contract specifications. 22. Provide guarantees as described in the contract specifications. 23. Relocate existing equipment as required to maintain manufactures recommended clearances, NEC clear space, and egress clearances. 24. Patch and repair all walls, finishes and doors as required by removal and/or installation of new and/or existing equipment. 25. Provide and install misc. branch circuits to new and relocated equipment. 26. Provide and install fire alarm equipment to connect to the existing fire alarm system, provide connections and programming to provide same coverage of HVAC system as currently exist for fire alarm coverage. 27. Provide and install materials to rework the circuit for A/C 1 as shown in the construction drawings. Special Notes: 1) No work will be allowed during the following moratorium dates: Thanksgiving: Nov. 18, 2005 - Nov. 28, 2005 Xmas/New Years: Dec. 16, 2005 - Jan 2, 2006 2) The contractor shall furnish, install, and remove portable back up cooling and heating to areas affected by the replacement of mechanical equipment in Phase 2. 3) The contractor shall provide detailed plan and elevation views of mechanical rooms with air handling units and construction details on shop drawings. OPTION 1: RE-SIDE ATCT: Supply & Install vertical steel siding over existing insulated metal panels. This job is set aside for small business. NAICS 238200/$12,000,000 Estimated range: $500,000 - $1,000,000 (Base+Option) Note: Expiration date on this announcement reflects date it is removed from the site, not the proposal date of the solicitation.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4015)
 
Record
SN00753513-W 20050219/050217211736 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.