Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
SOLICITATION NOTICE

45 -- Replacement Condensing Units-Mahogany Hall

Notice Date
3/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Labor, Office of the Solicitor, Office of the Solicitor of Labor, 200 Constitution Ave, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
WL82420
 
Point of Contact
Lisa Woodall, Phone: 3013624406
 
E-Mail Address
woodall.lisa@jobcorps.org
(woodall.lisa@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
" THIS IS A SUBCONTRACTING OPPORTUNITY" Woodland Job Corps Center is having a walk-thru for Replacement of Condensing Units-Mahogany Hall on Wednesday March 14th, 2021 at 10:00 am. Please submit your intesion to attend the walk-thru to Lisa Woodall at woodall.lisa@jobcorps.org You must be persent at the time of the walk-thru in order to submit a bid. Below you will find the scope of work and a hard copy of the sow will be provided to at the time of the walk-thru Scope of Work Def#82420 Replacement of Condensing Units-Mahogany Hall Table of Contents 1. Proposal Information 2. Project Description 3. Specific Requirements 4. Construction Requirements 5. Proposal Requirements 1. Proposal Requirements Project: Replacement of Condensing Units Owner: US Department of Labor (DOL) Employment and Training Administration Center Operator: Adams and Associates, Inc. Mailing address: Woodland JCC 3300 Fort Meade Road, Laurel, MD 20724 Proposal Due Date: Two (2) weeks after site visit Evaluation Criteria: Cost Schedule Evaluation of adequacy of system proposed Financial strength of contractor to replace equipment if it does not meet specification Payment: The center will make panyment within 30 days of completion. Site Visit Date: March 14th, 2012 a0 Contractor shall visit the site and familiarize himself with the condition under which the work will be performed. No allowance will be made for any error on the contractors part for failure to take into account any conditions or circumstance existing at the site which mite affect the contemplate work. The fact that a bid is submitted will be taken as evidence that the contractor has full knowledge of the extent and character of the contemplate work and any problem to be encountered in the performing same. 2. Project Description Scope of Project: The HVAC system components are nonfuctional. Less than 1/2 are even operational. The equipment is over 15 years old. The indoor units are located in a space that makes maintenance very difficult. The system is also oversized as it now servies a different function(formerly a hous of worship, high capacity) Replace the four 5 ton condensing units (R-22, circa 1995) with two new 6-1/4 ton units (R-410a) in their current lacation. the two indoor heating/cooling stations (each with two gas-fired furnaces and one DX coil) ar to be replaced and relocated. The tow new indoor funaces are to each have heating capacity of 150 MBH output and 2500 CFM of supply air. Each new horizontal furnace is to be installed above the lay-in ceiling just inside the main entrance vestibule. The two nw DX coils (6-1/4 ton, R-410a) are to be installed per the maufactures instructions on the discharge of the furnaces. (New 6-1/4 ton air handlers with gas-fired duct heaters may be considered in leau of the above equipment). Reconnect the electrical service (more than adequate) to each unit. Install new refrigerate piping as required by manufacture. Connect new supply air duct ot exiting distribution. Install return air from each room a path to the return air intakes. Reconnect natural gas piping. Vent the furnaces using existion envelope penetrations if possible. Install programmable thermostats (24/5/2) in the west office with associated remote temperature sensors mounted in representative locations. Also in addition install another unit in the Logistics and Property Manangement Building. 3. Specific Requirements Contractor to properly dispose of replaced equipment. At the time of completion of the project, basic trainin and all manufactures associated paper work to include instructions on the programmable thermostats is be covered with center maintenance. Warrantees: a0 The contractor is to provide written warranty for the above statements at time of completion of job 4. Construction Requirementw Center Regulations: Contractor and his employees shall abide by all of the Center's rules and requlations. There shall be no fraternization between contractor personnel and Job Corps Center students or personnel. The Contractor will be required to follow all Center safety and security requirements. Management of Jobsite: The Contractor shall maintain a clean and safe workplace that is secured at the end of each working day. The Contractor shall clear all deliveries with the Center's security personnel. Wage Rates: The bidders shall conform to the latest Davis-Bacon prevailing wage rate decisions for the area. Insurance: The Contractor shall obtain and maintain insurance as follows: Workman's Compensation/Employers liability insurance, to meet Maryland statutory requirements Comprehensive General Liability($1,000,000 per occurrence) Comprehensive Automobile Liability ($1,000,000/combined single limit) Fire Legal Liability ($500,000 per occurrence) The contractor must cover any deductible costs. upon contract award, the Contractor must add Woodland Job Corps Center as additional named insured to the policies. Schedule: The Contractor shall submit a schedule for the work. The project shall be completed within 60 days of the award of the contract. Written authorization is required to extend the 60 day completion requirements. Final Acceptance The Contractor shall notify the Center's facility manager when the project is substantially complete, and shall reqest an inspection. The completion of this inspection shall determine the date for the commencement of the warrantees, and the date for payment. 5. Proposal Requirements The Contractor shall submit the following informationwith proposal: A list of materials and product data sheets proposed for use. References Copies of Insurance Certificates
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e5fc7cc26d9fe28bc783a2171aec4e7d)
 
Place of Performance
Address: 3300 Fort Meade Road, Laurel, Maryland, 20724, United States
Zip Code: 20724
 
Record
SN02691702-W 20120310/120308234543-e5fc7cc26d9fe28bc783a2171aec4e7d (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.