Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

41 -- Replace existing HVAC controls in three buildings

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
W912PQ06T1740
 
Response Due
8/24/2006
 
Archive Date
10/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is posted IAW FAC 05-11 as a small business set-aside under NAICS 333415 with a size standard of 750 employees. The specifications of the item requested are as follows: New Alerton or Johnson Controls brand Direct Digital Control (DDC) system at the 174th Fighter Wing, Syracuse N.Y. Air National Guard buildings 2001, 610, and 618 for managing the Heating, Ventilation, and Air Conditioning (HVAC) systems or equal Functionalit y and performance of the equipment/accessory case should be similar to the brand referenced and meet the following specifications: Provide engineering, programming, graphics, submittals, installation, project management, start up, and training, for complet ely operable systems indicated below. The existing Siemens APOGEE system is to be removed from the base and becomes the property of the contractor. If disposed, abide by applicable environmental regulations. Contractor shall provide the base with their disposal intent for our environmental records and tracking. The new system must be programmed into one of the existing front-end systems by Johnson Controls (Mr. Dave MacIntosh, (315) 431-7721 or (315) 657-3342) or PASCO (Mr. Jeff Munn, (315) 488-0262). Other Johnson Controls or Alerton Controls authorized factory representatives may install the Johnson Controls or Alerton components, but may not perform the programming. General Requirements: 1. Each building will have its own building controller with 2 each, extra digital and analog inputs and outputs for future expansion. 2. Expansion capabilities for future management of the lighting, and monitoring and compiling natural gas and electricity usage. 3. Include graphics for these HVAC systems, including floor plan graphics indicating the location of equipment and rooms controlled. Digital floor plans to be provided by owner in .dwg and .pdf format. 4. Owner to provide MM fiber infrastructure for communication from building controllers to the Johnson Metasys or Alerton server. Contractor to provide copper to fiber media converters, but owner will provide two (2) slightly used, copper to fiber media converters, 100Base-FX to 100Base-TX, for use, if requested, at no cost. 5. Program systems to operate as per the Siemens sequence of operations (engineering data) for each facility. These documents are available for review in the engineering office, bldg 645. Contact Major Arnold at 233-2246 for scheduling a review on 22 Aug 06 at 1000. 6. Contractor may use existing temperature sensors, differential pressure sensors, flow switches, control valves, damper actuators, and any other devices currently used by the Siemens APOGEE system. These devices are in working order and operate according to manufacturer specifications. 7. Scheduling, heating and cooling setpoints, occupied and unoccupied setpoints, and overrides shall operate as the other buildings on the server, unless otherwise noted. 8. Provide override when system is unoccupied via the thermostat push button to put the space in occupied mode for 120 minutes (adjustable). 9. Provide 1 year parts and labor warranty for all equipment and programming. 10. Provide a separate price for each building for possible award of just one or two buildings due to funds availability, and a cumulative price for all three buildings. Building 2001 (a.k.a. building 611) equipment (existing) to be controlled: 1. Bypass Air Terminals, (Qty 5) 2. EF-1A, EF-1B, EF-2, EF-6, EF-7 3. GFUH-1, GFUH-2, GFUH-3, GFUH-4 4. HV-1, EF-1A, EF-1B, EF-1C, EF-1D 5. P-1, P-2 6. ACU-1 7. Building Controller Building 610 equipment (existing) to be controlled: 1. ACU-1, F-10 2. Boiler and boiler pumps 3. HV-1, EF-11 4. HV-2, EF-9 5. CoRayVac, 4 zones, with door switches to command off when opened, unless temperature drops below 35F (adj). 6. Building Controller Building 618 equipment (existing) to be controlled: 1. Boiler and boiler pumps 2. Ef-10, FTR, UH-9, UH-10 3. HV-1, F-1, F-2 4. HV-2, EF-5 5. PTAC Control 6. CoRayVac, 2 zones, with door switch to command off when opened, unless temperature drops below 35F (adj). 7. Building Controller Period of performance will be 045 calendar days from date of award. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors ,Commercial (Jan 2005); 52.212-2 Instructions to Offerors--Commercial Items, 52.212-4, Contract Terms and Conditions , Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 2006) the following apply under this clause, 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-27 Notice of T otal Service- Disabled Veteran-Owned Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facil ities (Feb 1999 ); 52.222-4, Contract Work Hours and Safety Standards Act-Overtime Compensation; 52.222-26 , Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.2 22-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-3, Buy American Act-Free Trade Agre ements-Israeli Trade Act (June 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003); 52.212-5, Contract Terms and Conditions Required to Impleme nt Statutes or Executive Orders , Commercial Items (Jan 2006) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005); 52.217-8,Option to E xtend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract; 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005); Wage Determination 94-2383 rev (24) is applicable and can be accessed via the website at http://www.wdol.gov/. 52.237-1,Site Visit. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications. Commercial Items and 252.212-7000, Offeror Representation and Certification. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be most advantageous to the Government based on technical capability to meet the requirement and price being the deciding factor. Note: All add-on costs must be adequately identified, defined and quantified in a separate document, as the Vendor will be limited to add-on costs identified at proposal submission during contract performa nce. Commercial Items (Nov 1995) shall be submitted with the quotation. One award will be made. Facsimile quotations are acceptable at (315) 233-2134; mailing address is Base Contracting, 6001 E Molloy Rd, Bldg 614 Syracuse, N.Y. 13211. All contractors mu st be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Registration may be done by accessing the CCR Web site at http://www.acq.osd.mil/ec. Any questions concerning this acquisition can be directe d to Sandra L Fisher, (315) 233-2130; Sandra.fisher@nysyra.ang.af.mil
 
Place of Performance
Address: 174 Fighter Wing 6001 E Molloy Rd Syracuse NY
Zip Code: 13211
Country: US
 
Record
SN01118292-W 20060819/060817221537 (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  © 1994-2020, Loren Data Corp.