Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOURCES SOUGHT

99 -- HVAC Control and Fire Alarm Systems Upgrade

Notice Date
1/11/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55A Eastern Region (AEA)
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-08-R-00021
 
Response Due
1/29/2008
 
Point of Contact
Ginger Morganti, (718) 553-3086
 
E-Mail Address
Email your questions to ginger.morganti@faa.dot.gov
(ginger.morganti@faa.dot.gov)
 
Description
Project Description The Federal Aviation Administration (FAA) Eastern Logistics Service Area-NY, is seeking qualified vendors to upgrade the existing Control System for Heating, Ventilation and Air Conditioning System and to upgrade the Fire Alarm System at the existing Airport Traffic Control Tower (ATCT) and Base Building at the Norfolk International Airport, Norfolk, Virginia. Pre-Qualification process will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified vendors will receive the 2nd Screening Information Request (SIR), the Request for Offer (RFO). Failure to provide ALL the information that is requested below for evaluation purposes shall eliminate offeror from receiving the 2nd SIR (RFO). The Scope of this Project is to perform the HVAC Controls and Fire Alarm System Upgrade to the existing Air Traffic Control Tower and Base Building Facility at Norfolk International Airport, Norfolk, Virginia. A. GENERAL: The required work to support the HVAC Controls and Fire Alarm Systems Upgrade for the ATCT and Base Building shall include, but is not limited to the following: 1. Replace existing building HVAC control/energy management system with new Direct Digital Control System (DDCS). 2. Replace existing building Fire Alarm System with new. 3. The FAS upgrade must be done at the same time as HVAC Control System upgrade in order to ensure proper operational sequences and interaction between the two systems. 4. Perform miscellaneous general construction work as indicated on plans. 5. Contractor shall provide separate BID prices for: a. HVAC Control System upgrade 1) Control System cost 2) HVAC modifications cost b. Fire Alarm Systems upgrade 1) Base bid cost 2) Add-alternate costs requested on drawings c. General construction costs. B. MECHANICAL: 1. Provide new HVAC DDCS consisting of new control modules, sensors, conduit/wiring, modem, programming, labor and all miscellaneous parts necessary to provide a complete and properly functioning DDC system for the building. DDCS to include the following systems: a. Base Building A/C Systems Including return fans and VAV's: 1) AHU-1, 2, 3, 4 2) CU-1, 2, 3, 4 3) Return fan RF-1 4) Two (2) VFD's (for SF-1 & RF-1) 5) Thirteen (13) ATU's (VAV boxes for AHU-1) 6) Interface with existing DDCS for Base Building Addition's Air Conditioning System (RTU-1) b. Tower HVAC Systems 1) SAC-1, 2; 2) C-1, 2 c. Fans (monitoring only) 1) EF- 5 (EG Room Exhaust) 2) SF (EG Room Supply) d. Hot water boilers 1) B-1, 2, 3, 4 e. Hot Water System Control 1) Hot water Pumps P-1, P-1A, 2) Domestic water Pump P-2 f. Interface with existing DDC for Equipment room HVAC Systems (Liebert Units - monitoring only) 1) CAC-1, 2, 3, 4; 2) ACCU-1, 2, 3, 4 g. Provide Low Temperature Protection with Freeze-stats 1) Base Building AHU-1 2) Tower CAB SAC-1, 2 Systems 2. The new DDCS shall provide the ability to monitor and control all ATCT HVAC functions locally via PC interface and remotely offsite. 3. Repair or replace existing non-working Control Dampers and Control Valves with new. Provide allowance for seven (7) existing control damper's actuators to be replaced with new. 4. Replace existing actuator for heating coil control valve(s) with new. 5. Replace all duct mounted smoke detectors with new 6. Replace all smoke relief dampers and actuators for the Tower Stair Smoke Relief System and Elevator Shaft Smoke Relief System with new. Connect/Interface with new Fire Alarm System. 7. Reuse existing control panels, wiring and conduits for DDCS, where it is possible. 8. Provide airflow rebalancing after completion of Control System. 9. Provide Training following DDCS equipment start-up 10. Provide program seasonal testing and adjustment: Four sessions (8 hours each) for program modification (provide 1 additional testing and adjustment for each season not fully tested during commissioning) C. CIVIL/STRUCTURAL: 1. Provide for miscellaneous general construction work and firestopping as indicated on drawings, and as required by the specifications. D. ELECTRICAL 1. Complete replacement of the fire alarm system with new analog addressable fire alarm system. Replace all alarm initiation and annunciation devices, relays, control panels, communicators and remote annunciator with new equipment. Reconnect to control existing fan starters, replaced door holders, existing elevator recall and miscellaneous other systems to match existing system operation. 2. As indicated by add-alternate scopes of work - Replace wiring paths with new wiring installed in new and existing conduit systems. Provide additional sections of conduit as required, to convert existing wiring system to a true class 'A' fire alarm wiring scheme with return wiring in separate conduit paths from source path. Wiring shall be terminated at device terminal or terminal strips only - no wire nuts wiring terminations shall be allowed. All wiring installed in EMT conduit with compression fittings throughout. 3. Existing system shall be kept in operation during the installation and conversion to the new system wiring and equipment. Provide temporary wiring as required to maintain operation of existing system. Both systems shall be operated side by side during the cutover and an alarm on either will cause both systems to effect the required system sequence of operations including central station reporting. 4. Fire alarm manual pull stations shall be lowered to 48" above the floor level as required by ADA. 5. Visual annunciation of alarm will be upgraded to current standards and supplemented where missing in the building. 6. Verify proper operations of the existing stair vestibule venting and elevator recall systems and reconnect to new fire alarm system. 7. Replace or provide new self-contained battery pack emergency lighting units connected to existing emergency circuit serving room - ahead of local light switch - where shown on drawings. 8. Replace or provide new battery backed up exit signs connected to existing emergency circuit serving room - ahead of local light switch - where shown on drawings. Signs shall be LED illuminated type. 9. Throughout ATCT - replace all door hold open devices with new 24 volt DC devices powered from the fire alarm system. 10. All work shall comply with NEC, NFPA and all FAA Orders and Standards. Note that FAA Orders and Standards often exceed the requirements of national compliance standards. Offerors will be expected to submit breakdowns of their offer for FAA comparison and evaluation. Note that this contract will include phased work, night work and is subject to work stoppages by the FAA for moratoriums and emergency conditions. Contract documents spell out specific Add- Alternate pricing breakdowns for scopes of work under consideration by the FAA. Construction activities will take place within the existing ATCT facility located outside the Airport Operations Area (AOA). The estimated price range is between $225,000.00 and $250,000.00 Contract performance time for this project is approximately 120 calendar days. The SIR is open to both Large and Small Business, under NAICS Code 236220. Security background checking/fingerprinting of construction personnel may be required. Required Submissions: Firms should ensure that the information is true and sufficiently complete so as not to be misleading nor require additional clarification. (A) Financial Capability: Firms shall provide a letter from the Bonding Company and the Insurance Company stating that they have sufficient financial resources/rating and ability required to complete provide the following: 1. Performance Bond and Payment Bond for 100% of the construction value. 2. Insurance coverage's as follows: ??? Workers Compensation Insurance ??? Commercial and General Liability $5 Million ??? Commercial Auto Liability $1 Million (B) Technical Experience Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building renovation: 1. Direct Digital Controls (DDC) for Mechanical systems, including but not limited to VAV systems, rooftop package units, split type systems, humidification. 2. Electrical systems including fire alarm, power distribution, lighting and grounding. 3. Architectural work; fire rated wall and ceiling installations, firestopping, general construction, painting, drywall installation. 4. Similar size and complexity. 5. FAA experience. (C) Past Performance Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts or three (3) subcontracts completed during the past five (5) years similar in size, complexity and scope, and a list of three (3) prime or sub contracts currently in progress (dates awarded, started and anticipated completion dates). Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers. Include the following information for each completed prime or sub contract: 1. Project title, description and contract number 2. Client names, business address, phone numbers and contact person 3. Dollar Value 4. Scope of Work 5. Percentages of work subcontracted and nature of that work 6. Award and completion dates 7. Any relevant information that would reflect on the offeror's ability to meet schedule constraints. Evaluation Criteria Each potential vendor will be evaluated on the information provided in response to this 1st SIR. Financial Capability, Technical Experience and Past Performance will be evaluated based upon the following Key Discriminators, in descending order of importance. Contractors who receive an evaluation score of less than 80% shall not be considered for receipt of the construction documents for submission of offer. Key Discriminators KD001 - Financial Capability 1. Bonding Capacity 2. Insurability and Credit References Determination of Financial Capability: Offerors must meet this requirement in order to qualify for receiving the plans and specifications for this project. Financial Eligibility will be graded PASS or FAIL. Offerors that fail the financial eligibility will be automatically disqualified. KD002 - Technical Experience The offeror's proposal shall demonstrate in a detailed clear and concise manner all the specialized technical experience listed above to evaluate the offeror's understanding of and capacity to, accomplish the required project. The technical proposal should be fully and clearly acceptable without explanation of further information. Simply rephrasing or restating the Government's requirement is insufficient. Offerors who fail to meet the requirements of this solicitation will be down selected. KD003 - Past Performance 1. Quality of Product or Service - compliance with contract requirements - accuracy of reports. 2. Timeliness of Performance - met interim milestones - reliable - responsive to technical direction - completed on time, including wrap-up and contract administration 3. Cost Control - within budget - current accurate and complete billings - relationship of negotiated costs to actual - cost efficiencies. 4. Customer Satisfaction - satisfaction of end users with the contractor's installation. Basis for Award This is a Best Value procurement. Financial Capability, Technical Experience, Past Performance evaluation, and cost will be used for the basis of award. This SIR is the first step in qualifying potential offerors for construction contract award. Contractors who qualify under this 1st SIR will receive the 2nd SIR (RFO). The Government reserves the right to award on initial offers without discussions or to conduct one on one discussion with one or more offerors. RESPONSES ARE DUE BY JANUARY 29, 2008, 4:00 p.m. EST and should be mailed in TRIPLICATE to: Federal Aviation Administration, Attn: Ginger Morganti (ASO-52), 1 Aviation Plaza, Jamaica, NY 11434-4809. MARK THE LOWER CORNER OF THE ENVELOPE: "RESPONSE TO NORFOLK HVAC DDC and FAS No. DTFAEA-08-R-00021. Facsimile responses will NOT be accepted. DUE TO STRINGENT SECURITY REQUIREMENTS, HAND CARRIED PROPOSALS WILL NOT BE ACCEPTED. Any questions regarding the SIR should be directed in writing to Ginger Morganti, Contracting officer, FAA (ASO-52), 1 Aviation Plaza, Jamaica, NY 11434-4809, Telephone (718) 553-3086, Facsimile (718) 995-5685. The Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at the prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6315)
 
Record
SN01483799-W 20080113/080111223804 (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.