Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

Z -- Proj No 06-1154B Replace HVAC Controls - (Draft)

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-11-R-0027-0001
 
Point of Contact
Arita R. Edwards, Phone: 8056057031, William S Davis, Phone: 805-605-0496
 
E-Mail Address
arita.edwards@vandenberg.af.mil, william.davis@vandenberg.af.mil
(arita.edwards@vandenberg.af.mil, william.davis@vandenberg.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Replace HVAC Controls Solicitation Bldg 1806 Drawing Asbuilt 9 Asbuilt 8 Asbuilt 7 Asbuilt 6 Asbuilt 5 Green Procurement Letter Statement of Objectives 29 Nov 10 Project Number: XUMU 06-1154B Project Title: Replace HVAC Controls, Facility 1806 SUMMARY OF WORK 1. PROJECT SCOPE: This project is located at Bldg 1806 on Vandenberg AFB, California. The contractor shall furnish all materials, equipment, labor and personnel necessary to plan, design, manage and perform construction as required in accomplishing the contract in accordance with the contract requirements upon award. A complete and usable product shall be furnished to the Government upon completion of this contract.. 2. Basis of Design: Facility 1806 is 17300 SF and is occupied by the 1 ASTS. The current state of the HVAC system including the control system is beyond its life expectancy and requires an entire replacement. 3. PRINCIPAL FEATURES of work are as follows: Contain and any cooling water or boiler water and coordinate with 30 CES/CEAN Water Resources Manager to sample and determine hazardous characteristics and proper disposal. 30 CES/CEAN Water Resources Manager: 606-7541 Alternates: 605-0503, 605-0342 Project effort will be a total HVAC Replacement. Demo existing chiller, ensure all oil and Freon is evacuated and disposed of properly. Demo all existing chilled water piping, pumps and all associated equipment. Demo existing boiler, hot water pumps, all hot water piping to Air Handling Units and all associated equipment, existing VAV Hot Water piping will remain and reconnected to new VAV'S. Demo the dryer system for the compressor, although, the air compressor is excluded from demolition and will remain in place and electrically and pneumatically connected. Demo all VAV's and associated equipment. The existing pneumatic control system for the HVAC system now in place will be completely removed; this is inclusive of the existing Supervisory Control Panel. While performing the rooftop AH demo remove the existing Lightning Protection System (LPS) set aside for reconnection after new units have been installed. Test LPS prior and submit to PM before removal and test again after reinstallation. Project effort will be a total HVAC Replacement. Clean all existing ducting (interior) not included in the demolition. Size and install 2 new chillers (copper tube and copper fin)(Trane or equal). Size and install new boiler (High efficiency (SBCAPCD Rules)) (Parker Boiler or equal). Upon boiler installation completion/startup complete AF Form 155 (provided by PM)and submit to PM. Size and install new Air Handlers (Roof top HVAC units will also be copper tube and copper fin.) Dampers and linkage on new rooftop units to be corrosion resistant. Provide and install auto, off and hand control for air handlers. Size and install new VAV's per existing locations. Size and install new chilled (2) and hot water (2) pumps. Install new supply and return piping. New Piping will be of the correct size to deliver the correct GPM to new units. Install new isolation valves, control valves, temperature gauges, supply and return pressure gauges etc. Insulate and label all chilled and hot water lines. All interior ducting will remain in place and reconnected to new equipment. Ensure all HVAC units are tied into the facility Fire Detection and will shut down upon alarm. The new AC 1 and AC 2 (as indicated on the attached ASBUILTS) for the high bay shall provide a constant 300 to 500 CFM, shall house HEPA filters, maintain VCT 2, set point 70 deg + or - 5 deg with sample of temperature every 5 minutes and annunciation panel located in high bay. Also provide humidity control of 40% + 20%; + or - 10% (30% to 60%) with sample of humidity every 5 minutes with annunciation panel located in high bay. Note: VCT 2 to the program means that the HVAC air flow particulates into the High Bay must be 2 times cleaner than the standard "Industrial Clean". The HEPA filters should cover this. Replace existing pneumatic control system with new "Automated Logic" or "Alerton Controls", "BACnet", Open Protocol DDC Control System to control devices per the original design. Install new control panel in mechanical room. During the Conduit and wire installation contractor may use as much of the existing as possible in the installation of the new DDC system. Install new 2 way and 3 way valves on new coils/AH's respectively. Install sensors and damper actuators on new HVAC units, VAV's, supply air, return air, outside and exhaust air ducts. Install new space thermostats and calibrate/set to 68-70 deg. Connect all new components to new DDC panel. Perform Air Balancing for each HVAC unit and submit Air Balancing Report upon completion. The DDC system will control starting and stopping of all mechanical equipment, temperature set points, trend Logs and all other required functions and monitoring. New system shall be capable of communicating fully (100%) with existing system at building 11439. After installation, documentation/graphic updates, and testing the DDC system, contractor is required to provide up to 16 hours of classroom training for system operators, Facility Maintenance and OMCS. This facility is not currently being monitored by OMCS; DDC system but shall comply with all system requirements Contractor shall provide laptop computer with proper operating system, required software and graphics for shops (30 CES/CEOIH) to perform on site system changes. Provide and install new florescent lighting with proper foot candles in equipment room. Notes: 1. Contractor is presumed to have visited the site and verified existing conditions prior to submitting a bid. 4. REQUIRED DRAWINGS: a. Historical Drawings: Drawings if provided shall not be construed as complete or accurate records of existing conditions. Contractor shall perform research into the historical records located in the vault and site investigation is required for the contractor to prepare his complete and accurate design. Contractor is presumed to have visited the site and verified existing conditions prior to submitting a bid. Contractor shall fully acquaint himself with the preliminary design and all conditions affecting installation of their proposed system. Failure to do so shall not relieve contractor of the responsibility of providing a complete, operating and acceptable system. b. The contractor must submit a complete set of shop drawings after contract award and prior to starting construction. The drawings required as a minimum will be as marked below. (x) Cover Sheet with title and approval block ( ) Existing Site Plan ( ) Final Site Plan ( ) Grading Plan ( ) Utilities Site Plan (x) Floor Plans (x) Elevations ( ) Finish Schedule ( ) Window and Door Schedules ( ) Wall and Roof Sections ( ) Ceiling Plan (x) Mechanical Plan (HVAC Plan) ( ) Plumbing Plan with Riser Diagrams (x) Power Plan and Panel Schedule ( ) Electrical and Lighting Plan and Schedule ( ) LPS ( ) Fire Protection Plan ( ) Communications Data Plan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-11-R-0027-0001/listing.html)
 
Place of Performance
Address: Vandenberg Air Force Base, CA, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02452159-W 20110521/110519234534-cfcf56599d31786b1aec2804ba47cf1b (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.