Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

Z -- F&I 3 (THREE) TON A/C UNIT

Notice Date
12/30/2008
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Charleston Field Office (3PKFC), 300 Virginia Street, East, Room 1620, Charleston, West Virginia, 25301
 
ZIP Code
25301
 
Solicitation Number
GS-03P-09-QN-C-0050
 
Archive Date
1/29/2009
 
Point of Contact
Katie J. Thomas,, Phone: 304/347-5155
 
E-Mail Address
katie.thomas@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK AC UNIT ABINGDON FEDERAL BUILDING 180 W. MAIN STREET ABINGDON, VA 24210 VA002ZZ -01GENERAL Provide all labor and supervision, material, and equipment to perform all work required to install a 3 ton Liebert A/C unit in the 2nd floor computer room #212, at 180 W. Main St., Abingdon, VA. All product equivalents shall be approved by GSA prior to construction. All work can be performed: During working hours and after hours, but may be temporarily stopped so as to not to disturb the Courts. •Remove any and all asbestos floor tile and other materials. •Install new conduit, wiring, disconnect switches and breakers to unit. •Furnish and install new roof condenser unit and piping per manufacturer’s specifications, with local disconnect. •Furnish and install a 3 ton Liebert model, 208 Volts, 60 HZ, Phase Environment Control System •Bottom Supply air/Top Return Air •4” filters, MERV 8 rating (45% ASHRAE 52.1) •ICOM control w/large graphic display including main fan and compressor overload alarms •Infrared Humidifier •Three-stage electric reheat •Digital Scroll compressors/ R-134a refrigerant •Non locking disconnect switches •Smoke sensor with unit alarm and shutdown tied into building fire system. •Floor stand w/turning vane •5 year parts warranty on the Drive Package and Digital Scroll Compressors •Factory Authorized Start up and basic customer training •All trash and old equipment, supplies, and parts to be removed from the site •Properly sized water lines for A/C unit humidification. -02WORKMANSHIP All work shall be coordinated and scheduled with the CO and the CO has the right to reject any unsatisfactory or unsuitable material of workmanship. Any damage caused by the Contractor to the building(s), any of its contents or tenants shall be the responsibility of the Contractor to correct in a timely manner. All work shall be accomplished in accordance with best practice of the trade. Contractor’s employees shall be qualified to perform all phases of work as specified in this contract. -03PROTECTION Conduct all work in such a manner that interference with normal operation of the building and its occupants is minimizes. Provide protection for persons, and for interior of building against damage, excessive dust, draft and vandalism. A.Public and employees shall have free access to entrances at all times during progress of work. One-way free traffic lanes shall be maintained at all times. The public shall be protected from flying debris and appropriate safety signs shall be posted in and around the work areas. B.Contractor shall provide and install suitable barriers in all work areas for pedestrian protection. -04DEBRIS REMOVAL All debris generated in the performance of this contract shall be removed daily. -05SAFETY AND HEALTH A.All work shall comply with the applicable requirements of 29CFR 1910/1926 and 40 CFR 761. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. B.The Contractor shall assumer full responsibility and liability for compliance with all applicable regulations, permits pertaining to the health and safety of personnel during the execution of work, and shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in illness or death. C.The Contractor shall provide all necessary safety equipment and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly. ** PRE-BID MEETING WILL BE HELD ON WEDNESDAY, JANUARY 28, 2009 AT 10:00 A.M. ** ALL BIDS WILL BE DUE BACK NO LATER THAN TUESDAY, FEBRUARY 10, 2009 AT 2:00 P.M.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8de7bca66d0d4abd4cdd3b9dc07d2427&tab=core&_cview=1)
 
Place of Performance
Address: Abingdon Federal Building, 180 West Main Street, Abingdon, Virginia, 24210, United States
Zip Code: 24210
 
Record
SN01725205-W 20090101/081230214535-8de7bca66d0d4abd4cdd3b9dc07d2427 (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.