Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SPECIAL NOTICE

Y -- RECOVERY--Building 60 Chilled Water and Steam Piping

Notice Date
8/10/2010
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-NIH-ORF-SBSS-10-004
 
Archive Date
9/9/2010
 
Point of Contact
Daniel M Hall, Phone: 3014020878, Kenneth M Roman, Phone: 301-435-4332
 
E-Mail Address
daniel.hall@nih.gov, romank@mail.nih.gov
(daniel.hall@nih.gov, romank@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY-Building 60 at NIH Chilled Water Piping Description: RECOVERY ACT-CONSTRUCTION REQUIREMENT SOLICITATION NOTICE. This notice is provided for information purposes only. The National Institutes of Health (NIH), Office of Research Facilities (ORF), Bethesda, Maryland, intends to award a firm-fixed price task order utilizing Recovery Act of 2009 funding. The period of performance is approximately 14 months (including design work), and the construction magnitude is between $1,000,000 and $5,000,000. This is a competitive task order small business set aside. This opportunity will be competed and awarded under a current Multiple Award Contract (MAC) to one of the following contractors: • Paige Industrial Services Inc. - Reference Contract No. HHSN292200900010I • Olgoonik Management Services, LLC - Reference Contract No. HHSN292200900011I • G. Bailey Company - Reference Contract No. HHSN292200900012I • Femco Inc. - Reference Contract No. HHSN292200900013I PROJECT DESCRIPTION In March of 2007, NIH completed a study to recommend a course of action to upgrade, replace and/or redesign the chilled water and associated HVAC systems and components for the Howard Hughes Medical Institute (HHMI) buildings (Building 60) located on the site bounded by Old Georgetown Road, South Drive, Center Drive and Convent Drive on the NIH Bethesda Campus. The facility consists of two buildings: the HHMI building and the Howard Hughes Residence Hall (HHRH). The HHML building is being used for classrooms, conference rooms, offices, data centers, laboratories, meetings rooms, storage and common areas. The HHRH building is being used as a residential facility. Together these two buildings are approximately 81,250 gross square feet. The buildings are considered to have historical significance. The design team has minimized any impact to the exterior of the building including the brick and clay tile fence wall. NIH has received the State Historic Preservation Officer's (SHPO) approval for the project on May 10, 2010, from the Maryland Historical Trust. The current mechanical room is located in the basement of the HHMI building and houses two chillers (one is inoperable), associated piping, chilled water pumps, air handling units and two boilers. There is a third chiller located outside to the west that was installed as a temporary replacement for the inoperable unit. The new proposed work consists of removing the existing cooling tower and chillers serving Building 60 and extending the chilled water and high pressure steam from the existing central chilled water and steam plant loop located in Valve Vault 60, which is over 300 feet east of Building 60 close to Convent Drive. The extension of chilled water and steam piping will be placed in a series of underground concrete horizontal rectangular trenches and vaults. Once the piping is inside of Building 60, it will extend approximately 180 ft. in the ceiling of the basement level to the existing mechanical rooms that currently houses two chillers and two boilers. All exterior pathways, exterior lighting, paving and landscaping affected by the work will be removed and replaced as required. All interior ceilings and systems affected by the piping installation will be relocated and or replaced. DESCRIPTION OF THE WORK The work involves design and construction of the new chilled water and steam piping from the existing Valve Vault 60 to the mechanical rooms in Building 60. The construction documents for the project were prepared by WFT Engineering, Inc., in June, 2010; however, they are incomplete in that a number of critical review comments have not been incorporated in the documents. The Design-Builder shall complete the Construction Documents based on the Bridging Documents consisting of: (1) Building 60 - Underground Chilled Water Piping, 100% Submission - June 8, 2010, prepared by the following team of architect and engineers: • WFT Engineers, Inc. for mechanical/electrical/plumbing • W.H. Gordon Associates for civil • Holbert Apple Associates for structural • ECS Mid-Atlantic for geotechnical • Ann Meyers for architectural (2) Building 60 Underground Chilled Water Piping - Project Specifications, 100% Submission prepared by WFT Engineering, Inc. (3) Consolidated NIH Review Comments on 95% and 100% Design Submissions A general description of the Project is as follows: a) Extend chilled water and high pressure steam from the existing central chilled water and steam plant loop located in Valve Vault 60 through a series of concrete vaults at turning junctures and horizontal rectangular trenches (4 ft by 7.3 ft), totaling approximately 360 feet in length. Valve Vault 60 is located at the midpoint on the west side of Convent Drive between South and Center Drives. b) The system of vaults and trenches will tie into the rear end of the central wing of the Building 60 complex adjacent to an exterior stairway. The piping system then will extend through inside the building for approximately 180 ft. in the ceiling of the basement level to the existing mechanical rooms that currently house two chillers and two boilers. c) The piping system that will be extended include two 6" insulated Chilled Water Supply (CHWS) and Return (CHWR) lines, one 2" insulated Pumped Condensate Return (PCR) line, one 2-1/2" High Pressure Steam (HPS) line, one 3/4" High Pressure Condensate Return (PRC) line, one 4" communication conduit, and one 2" electrical conduit. d) Remove two existing chillers including, but not limited to, pad, supports, piping and controls, and associated electrical wiring back to the panel. e) Remove the existing cooling tower, including but not limited to supports, piping, drain lines, controls, etc. and associated electrical wiring back to the panel. f) d. All interior ceilings and systems affected by the new piping installation will be relocated and/or replaced. g) All exterior pathways, exterior lighting, paving, bicycle pavilion and landscaping affected by the work will be removed, replaced and restored as required. SUMMARY OF SERVICES a) The NIH seeks highly qualified credentialed design-build contractors with the capability to design, construct and commission new chilled water and high pressure steam piping installation between Valve Vault 60 and the mechanical rooms in Building 60. Independently, and not as an agent of the Government, the selected design-build contractor (the Contractor) shall have the complete responsibility for the design and execution of the Project, including provision of all labor, materials, supervision, coordination, appliances, equipment, transportation, and any other element or item, as required for full and complete design, construction and commissioning of the Project. b) The Contractor shall consult with the Government and A/E regarding selection of materials, building systems and equipment. The Contractor shall take active participation and responsibility for identifying and prioritizing elements of work within the Project that are to be part of the scope of work for the facility. The Contractor shall provide recommendations on construction feasibility, actions designed to minimize adverse effects of labor or material shortages, time requirements for procurement, installation and construction completion and factors related to construction cost including estimates of alternative designs or materials, preliminary budgets, and possible economies. c) The Contractor shall provide project management and coordination services to fully satisfy the general requirements as set forth in the Construction Documents. Some of the work items associated with the general requirements of construction include, but are not limited to the following: (1) Administrative Procedures including preparing schedules, processing submittals, progress meetings, pre-installation conferences, project close-out, project files, etc. (2) Coordination Drawings (3) Quality Control Plan (4) Utility Service Interruption Plan (5) Heating and Cooling Plan (6) Safety and Health Plan (7) Cutting and Patching Plan (8) Demolition Plan (9) Hazardous Materials Waste Management Plan d) The Contractor shall provide Preliminary Construction Schedule within ten (10) calendar days of the receipt of Notice to Proceed (NTP), the Contractor's Construction Schedule within thirty (30) calendar days after the receipt of NTP, and updates of Contractor's Construction Schedule at the submission of each request for progress payment. e) The Contractor shall keep accurate and detailed written records of project progress and quality control during all stages of construction. Contractor shall submit Contractor Production Reports, Field Condition Reports, Unusual Event Reports and Contractor Quality Control Reports. f) The Contractor shall participate in the project progress meetings and shall prepare and submit meeting minutes to the Project Officer within 7 working days for all meetings. g) The Contractor shall comply with the requirements pertaining to "NIH Controlled Material" which is defined as any material that poses a threat to human health or to the environment; that can be recycled or reused; for which disposal in municipal landfills is regulated or restricted; for which unregulated introduction into groundwater, land, or the atmosphere is irresponsible; and that should be designated as "hazardous waste." h) The Contractor shall satisfy administrative and procedural requirements for contract closeout, including, but not limited to the following: (1) Substantial Completion requirements and inspection procedures (2) Final Completion requirements and inspection procedures (3) Project Record Documents (4) Operation & Maintenance Manuals (5) Warranties (6) Instruction to NIH personnel (7) Final cleaning i) Performance Period a. The total period of contract performance from NTP to Final Completion is estimated 14 months (2 months for design, 10 months for construction and commissioning, and 2 months for contract closeout.) b. The Contractor shall allocate 12 working days for the NIH review of all design document submissions. c. The design submission of 100% Construction Documents shall be within forty (40) calendar days of the issuance of NTP. Government review of the 100% Construction Documents will be completed within 15 calendar days of the receipt of the submission. d. The following Schedule indicates estimated performance time for construction, commissioning and contract closeout: CONSTRUCTION / COMMISSIONING / CLOSEOUT ESTIMIATE OF PERFORMANCE TIME CONSTRUCTION & COMMISSIONING 10 months CLOSEOUT 2 months j) The detailed scope of work shall be displayed in the Bridging Documents which will be sent to the Contractor directly. THIS PROJECT IS FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (RECOVERY ACT). THIS CONTRACT REQUIRES THE CONTRACTOR TO PROVIDE PRODUCTS AND/OR SERVICES THAT ARE FUNDED BY THE RECOVERY ACT. SECTION 1512(C) OF THE RECOVERY ACT REQUIRES THE CONTRACTOR TO REPORT ON IT USE OF THE RECOVERY ACT FUNDS UNDER THIS CONTRACT. THE CONTRACTOR SHALL REPORT THE INFORMATION REQUIRED BY THE FAR 52.204-11(D) USING THE ONLINE REPORTING TOOL AVAILABLE AT http://www.FederalReporting/gov. Contracting Office Address: 13 South Street, Room 2E43 MSC 5711 Bethesda, MD 20892-5738 Place of Performance: National Institutes of Health 9000 Rockville Pike Bethesda, MD 20892 United States Primary Point of Contact: Ken Roman romank@ors.od.nih.gov Phone: (301) 435-4332
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-10-004/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02236336-W 20100812/100811000817-69821201fa2cffd7ceb8b915fa680c1f (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.