Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

41 -- RENOVATIONS AND ALTERATIONS OF MECHANICAL SYSTEMS IN BUILDINGS #6 & #8

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
221330 — Steam and Air-Conditioning Supply
 
Contracting Office
Department of Labor, Employment Training Administration, Hubert Humphrey Job Corps Center, 1480 Snelling Avenue N, St. Paul, Minnesota, 55108
 
ZIP Code
55108
 
Solicitation Number
DOL-HHJCC-32910
 
Point of Contact
Thomas Hogan, Phone: 651-644-2497
 
E-Mail Address
hogan.thom@jobcorps.org
(hogan.thom@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
Poject: Design/Build Project Title: REENOVATIONS AND ALTERATIONS OF MECHANICAL SYSTEMS IN BUILDINGS #6 & #8 SOLICITATION NUMBER: DOL-HHHJCC-32910 DISCLAIMER: PROJECT AWARD CONTINGENT ON FUNDING APPROVAL Project Location: Humphrey Job Corps Center 1480 N Snelling Ave St Paul MN, 55108 OWNER: Dept of Labor Center Operator: MINACT,INC SCOPE: Dormitory Buildings #6 and #8 Design/Build a complete replacement of the entire heating and air conditioning system. Provide a new heating and cooling system that achieves a cooling Seasonal Efficiency ratio of not less than 16, and an Annual Fuel Use Efficiency of not less than 94%. Do not use refrigerants containing chlorine. Provide sufficient data on equipment prior to construction, necessary to establish that when working as a system it will meet these goals. Provide outdoor air in accordance with ASHRAE 62. Provide new exhaust systems for toilet/shower rooms. Remove and dispose of terminal units and air handlers, existing heating/ air conditioning equipment and steam piping. Provide necessary abatement of steam piping and existing heating.air conditioning equipment. The new system shall be be a two-pipe fan coil(occupied areas) and convectors/unit heaters(non-occupied areas) system (fan coil units/convectors/unit heaters by Trane, Carrier or approved equal) with a high efficiency condensing boiler(s) {Lochnivar(with a5 to 1 turndown) or approved equal)}with output of 800 MBH total heating capacity of 360MBH. System shall include a new insulated piping system, condensate piping, pipes, web-based DDC controls, electrical service/connections and associated manufacturer recommended appurtenances. Test and balance units and system per NEBB standards. Workmanship Warranty The workmanship warranty for the installed equipment shall be two years from the date of completion. The warranty for the installed equipment shall be furished by the Contractor. Said coverage shall include parts, labor, travel expenses, standard published warranty. there shall be no deductibles to said warranty. Multiple warranties for individual components will not be acceptable. satisfactory warranty documents shall be furnished. Center Inspection Each Proposer shall examine the Construction Bid Package and should inspect the construction locations at the center, prior to submitting a bid. Requests for extra time or payment are not warranted for conditions arising during construction that were apparent prior to submission. Unforseen conditions arising during construction that were not apparent prior to bid submission shall be brought to the imediate attention of MINACT. Pre-bid Conference and Walk Through : April 8, 2010 at 1p.m. (CST) Hubert H Humphrey Job Corps Center 1480 N. Snelling Ave St Paul MN 55108 Bid Proposal Due : April 30, 2010 at 1:00 p.m. (CST) Sumbit Bid to: MINACT/HUMPHREY JOB CORPS CENTER Att:Tom Hogan, Purchasing Contract Type : Fixed price, single lump sum contract Contract Documents: Will be distributed at the pre-bid conference on April 8th. They can be requested by e-mail as well from hogan.thom@jobcorps.org until the bidding is closed on 4/30/2010 Instructions to Proposer Bid: Bid 1. Bid : Bid shall be submitted on the MINACT Bid Form and must be signed by an authorized official of the company making offer. 2. Bid Submission: Four original signed copies of the proposal shall be delivered by hand, Fed Ex, Express Mail, UPS, and USPS. No emailed or faxed proposals shall be allowed. 3. Performance Bond and Payment Bond: Performance Bond and (Labor & Material) Payment Bond are required. Surety Company shall have an A- rating unless otherwise approved by Corporate Director Risk Management. Upon receipt of the "Intent to Award" letter the successful Proposer shall deliver bonds within 7 business days. 4. Center Inspection: Each Proposer shall examine the Construction Bid Package and should inspect the construction locations at the Center, prior to submitting a bid. Requests for extra time or payment are not warranted for conditions arising during construction that were apparent prior to submission of the bid. Unforeseen conditions arising during construction that were not apparent prior to bid submission shall be brought to the immediate attention of MINACT. 5. Acceptance of Proposal: The contract, if awarded, will be to the lowest responsive Proposer based on the sum total of the itemized project bids and a technical proposal. Individual projects will not be awarded separately. MINACT shall be the sole judge as to the lowest responsive bid and reserves the right to waive any irregularity or technicality in bids received. The formal agreement shall be executed on the MINACT purchase order form. The apparent low Proposer shall submit a list of references for projects of comparable scope. The references shall include the company name, phone number, contact person, address, description and size of the project and date the work was performed. MINACT shall send to the successful Proposer a letter of intent to award the contract, whereupon the Proposer shall submit the following data: proof of insurance; performance and payment bonds (when required); and proof of business license. 6. American Recovery & Reinvestment Act (ARRA): The award of this contract is contingent upon receipt of funds provided under the ARRA. The information will be made available to the public as required by Section 1512 of the Recovery Act. 7. Small Business Set-Aside: Any award resulting from this solicitation will be made to a small business concern. Small business concern means a concern, owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation in accordance with the standards set forth by the United States Small Business Administration. 8. Basis of Award : An award will be made to the responsible Proposer whose proposal is most advantageous to the Government, price, and other factors considered. Proposals will be evaluated on the basis of both price and technical considerations. All technical evaluation factors, when combined, are significantly more important than price. The technical evaluation factors in descending order of importance are team organization and management, past performance and experience, quality, safety, schedule, and waste management. Proposers are advised that if the technical proposals are essentially equal, award will be made on the basis of the lowest price. 9. Questions and Responses: All questions shall be submitted in writing by email to Tom Hogan, Purchasing Specialist, email: hogan.thom@jobcorps.org by 4 p.m. CST on April 16, 2010. All responses shall be posted by Amendment to the Solicitation on www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/HHumphreyJCC/DOL-HHJCC-32910/listing.html)
 
Place of Performance
Address: 1480 N Snelling Ave Buildings #6 & #8, St Paul, Minnesota, 55108, United States
Zip Code: 55108
 
Record
SN02117079-W 20100410/100408235620-37a202cb8309c0a59cceaec312b9c06d (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.