Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

41 -- HVAC, New River Gorge National River

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NER - Shenandoah National Park Contracting Officer 3655 US Hwy 211 East Luray VA 22835
 
ZIP Code
22835
 
Solicitation Number
Q4780070701
 
Response Due
7/27/2007
 
Archive Date
6/26/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information inlcuded in this notice. This announcement constitutes the only solicitation, a written solicitation will not be issued. Solicitation Number I4780070701 is issued as an Invitation to Bid (IFB) for new HVAC system for the Headquarters building, New River Gorge National River, 104 Main Street, Glen Jean, WV located in Fayette County. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-14. The applicable NAICS number is 238220 and a small business size standard is $13.0 million. This is a Total Small Business Set Aside procurement. Scope of Work to install energy efficient HVAC system. Description: The work of the contract consists of the complete demolition of existing chilled water and boiler system. Removal of all ductwork, piping, boiler, pumps, motors, air handling equipment, chiller, all peripherals associated with the complete building HVAC system. Install new energy efficient HVAC systems rated 13 to 18 SEER, to five areas of the Headquarters building affected by the original system, this would include all duct systems, temperature controls, HVAC units. Contractor's use of premises: A. Construction Camp-Establishment of a camp within the park will be permitted. This area will be located in the maintenance yard at Glen Jean. Contractor shall provide fencing of area and shall remove fencing at the completion of contract. Area shall be restored back to original condition. B. Maintain full access for National Park Service staff throughout the construction phase. C. Confine storage of materials to the maintenance yard area as directed by the contracting officer's technical representative. D. Preservation of Cultural and Natural Features: Confine all operations to work limits of the project. Prevent marring or damage to building, artifact and natural surroundings. Restore damaged areas, repairing, replacing and/or cleaning damaged building elements, at no additional expense to the Government. 1. Permission from the COTR must be received prior to drilling holes, cutting, removing or attaching to building fabric. 2.The contractor shall take all necessary precautions to contain dust and prevent it from being spread beyond the immediate work area. Containment procedures must be coordinated with the COTR prior to work beginning in each area. E. Existing Utilities: Notify COTR and utility companies of proposed locations and time for utility interruptions. 1. Contractor shall be responsible for locating and preventing damage to known utilities. If damage occurs, execute repairs to utility within 24 hours at no additional expense to the Government. 2. If damage occurs to an unknown utility, repair utility. An equitable adjustment will be made in accordance with the Changes clause of the contract. F. Hauling Restrictions: Comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the state load restrictions with such additional regulations as may be imposed by the park. Information regarding rules and regulations for vehicular traffic on park roads may be obtained from the Park. A special permit will not relieve Contractor of liability for damage, which may result from moving of equipment. Special Construction Requirements: Holiday Work Restrictions: No on-site work shall be performed after the normal business hours of the Park or during holidays unless otherwise directed by the Contracting Officer. All work shall occur between the hours of 7:30 am and 5:00 pm. All additoinal work hours requested by the Contactor shal be verified in writing by the COTR forty eight (48) hours in advance of the work being performed. Contractor shall park in the designated contractors parking area. Field Verification: Field verify all new and existing dimensions affecting he work of this contract before ordering products. Preconstruction Conference: Before start of construction, Contracting Officer will arrange an on-site meeting with Contractor. Progress Meetings: The COTR will schedule weekly meetings with the Contractor and subcontractors. Subcontractors will not be allowed to work until they have attended a pre-construction meeting. Additional meetings will be held as needed or for new subcontractors. Heating, Ventilating and Cooling: This section includes the furnishing of all labor, materials, equipment, transportation, and services included in the following HVAC classifications. Duckwork, Duct specialities, Thermal air duct wrap insulation, Diffuser and grille boxes, Dampers, Weather louvers, Air diffusers, Air grilles, Heating and Cooling Package unit, Temperature Control, Cleaning and System Balancing. Duct Work: All ductwork shown shall be constructed from galvanized sheet steel to conform with SMACNA "Low Pressure Duct Construction Standards" for 2" static pressure rating. A. Round ducts shall be galvanized, light gauge, sprial pipe. All fittings, tees, elbows, etc. shall be factory fabricated. The making of fittings on the job by the use of dovetail joints will not be allowed. B. All connections between round ducts and rectangular ducts shall be made by using spin-in fittings. C. All joints and connections in sheet metal ducts shall be sealed by the use of two layers of tape installed with adhesive according to manufacturer instruction. Shall be for minimum 2" W.C. working pressure. Duct shall have a full interior liner to prevent direct exposure of fibedrglass to the air stream. The liner shall be boned to a corrosive resistant galvanized steel helix. The outside jacket, vapor barrier, shall be a seamless copolymer sleeve enclosing a normal one inch thick by one pound per cubic foot density fiberglass insulation. Each section shall have factory installed collars with integral clamping devices. Entire assembly shall be listed and labeled in accordance with UL Class 1 Air Duct Material. Compete Scope of work is attached. If not attached due to system problem, a copy can be emailed by emailing Sheryle Lindley at sheryle_lindley@nps.gov. The following provisions and clauses are applicable to this acquisition and are available at http://acquisition.gov/far/index.html. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.231-2 Evaluation-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.222-3 Convict labor; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disble Veterans; and FAR 52.222-36 Affirmative Action for Workers with Disabilities Bid opbening is at 2:00 p.m. EDST July 27,2007 at the Headquarters Conference Room, 104 Main St. Glen Jean, WV 25846. Mail to National Park Service, New River Gorge National River, 104 Main Street, Glen Jean, WV 25846. Write the document number on the envelope (I4780070701). The points of contact Peggy Maddy 304-465-6520 for contracting information and Sheryle Lindley 304-465-6534 for technical questions. Bids should be submitted on SF-1449. For the SF-1449 go to: GSA Forms Library, Standard Forms (SF)1449 Solicitation/Contract/Order for Commercial items. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date. Provide three (3) originally signed copies of SF 1449. Provide cover letter with TIN and DUNS numbers The Government anticipates award of a firm-fixed price contract on or before August 17,2007. Site visit is July 11, 2007 at 2:30 pm. CCR Requirement - Company must be registered on Central Contractors Register (CCR) before an award can be made. Register at www.ccc.gov. The applicable Wage Determination number for this work is
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2548731)
 
Place of Performance
Address: National Park Service, New River Gorge National River, Headquarters building, 104 Main Street, Glen Jean, WV 25846
Zip Code: 258460246
Country: USA
 
Record
SN01329364-W 20070629/070628031710 (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.