Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

Z -- Air Conditioning Replace, Haskell Indian Nations University

Notice Date
6/13/2012
 
Notice Type
Presolicitation
 
Contracting Office
BIA - SPRO P.O. Box 368100 North Riverside Drive Anadarko OK 73005
 
ZIP Code
73005
 
Solicitation Number
A12PS01302
 
Response Due
7/13/2012
 
Archive Date
6/13/2013
 
Point of Contact
Susan Sutton Acquisition Support Contractor 6155646752 susan.sutton@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Haskell A/C Replacements HASKELL INDIAN NATIONS UNIVERSITY STATEMENT OF WORK Project Title: Bldg. 121, Navarre Hall A/C Replacement; Bldg 126, Curtis Hall A/C Replacement COR: David Tah SECTION C - DESCRIPTION/SPECIFICATION/WORK STATEMENT C. 1 STATEMENT OF WORK The proposed work consists of furnishing all labor, materials, supplies, equipment, transportation and supervision necessary to complete statement of work criteria. Conduct load calculation to determine correct tonnage for building application. Replace existing Air Cooled Condensing Units (two) and compressors with two new units (new units must be energy efficient). Replace all components associated with Condensing units, disconnects, piping, wiring, and refrigerant. Remove existing duct work and replace with new duct work throughout building and add additional duct work as need be to ensure all spaces are conditioned and balanced. All newly installed equipment must be maintenance accessible, work in conjunction with current EMS system and function as a complete operating system. All newly installed equipment must be maintenance accessible. All described work will take place at Bldg. 121 (Navarre), Lawrence Kansas, Haskell Indian Nations University. Design and Engineering drawings must be submitted at completion of project. C.1. EXTENT OF WORK, Bldg. 121 1.)Conduct load analysis to determine proper sizing of replacement Air cooled condensing unit and compressors. Prior to equipment being ordered submittals must include load analysis report. 2.)Demolish and remove existing condenser and compressor units and prepare/modify as necessary pad site for new AC condenser and compressor installation. This includes removal of existing fence that surrounds condensers and replacement of. In addition new fence must both be lockable (for security reasons) and compliment main building facade. Landscaping (such as bushes and greenery) may be used in addition or to aid this task. Hoisting of unit and pad preparation is responsibility of contractor. 3.)All newly installed equipment must be maintenance accessible. Installed condensing units must include secondary device to prevent coils from becoming clogged but must be easy to maintain and keep clean. 4.)It is the contractor's responsibility to verify correct amperage capacity needed to supply newly installed equipment. Install new disconnects, wiring, breakers, fuses and electrical components needed to supply power for new units. 5.)Replace and install new piping/line set to evaporator coil and install all components (such as expansion, flow valves and refrigerant/Freon) to allow mating and installation/operation of both condenser and coil. 6.)Hoisting of unit and pad preparation is responsibility of contractor. 7.)All newly install equipment must have energy efficient logic or components built into it ( such as vfd fan motors, scroll compressors). Noise decibels must not exceed existing units output and be taken into consideration due to building housing administrators of college. Unit must include logic and devices that safeguard mechanical integrity. Newly installed equipment must be connected to existing EMS system. This can include using existing EMS components but if required new components must be provided by contractor. 8.)Existing duct work must be removed and replaced with new duct work. At completion of project all areas of the building must have adequate/proper air flow and return air must be considered and included. This includes new diffusers/vents, dampers and static pressure controls throughout the building. All codes must be complied with regarding installation of ductwork including electrical and smoke/fire. 9.)Debris removal and disposal remains the responsibility of the contractor however Haskell Indian Nations University reserves the right to keep equipment or components that it deems usable. C.2 Statement of Work The proposed work consists of furnishing all labor, materials, supplies, equipment, transportation and supervision necessary to complete statement of work criteria. Remove existing air handler and install redundant air handling system (new air handlers must be energy efficient). Replace Evaporator coil, fresh air dampers, damper actuators and associated components for operation of newly installed equipment. Remove and install new preheat coil and associated components, piping, steam traps and valving including connecting to heat loop system and EMS logic. Remove pneumatic controls and install digital thermostatic control logic including connecting new logic to existing EMS system. All newly installed equipment must be maintenance accessible, work in conjunction with current EMS system and function as a complete operating system. All described work will take place at Bldg. 121 (Navarre), Lawrence Kansas, Haskell Indian Nations University. Design and Engineering drawing must be submitted at completion of project. C.2.1 Extent of Work 1.) Removal of existing air handler and installation of newly installed air handlers. This includes modifications/repairs necessary to remove and install new equipment to existing air handling room. Any modifications needed to pad that newly installed air handlers will reside on, is the responsibility of contractor. 2.) It is the contractor's responsibility to verify correct amperage capacity needed to supply newly installed equipment. Install new disconnects, wiring, breakers, fuses and electrical components needed to supply power for new units. 3.) All newly install equipment must have energy efficient logic or components built into it (such as Vfd's and energy efficient rated motors). Installed air handlers must be connected to current and existing EMS system this can include using existing EMS components but if required new components must be provided by contractor. The existing pneumatic components of the air handler must be converted to electrical/digital format. 4.) Removal of existing evaporator coil and installation of new evaporator include modifications needed or necessary to install. 5.) The existing fresh air dampers must be replaced with new dampers, damper motors, actuators, and all components/logic to be operational. This equipment will also be electrically operated and tied to the existing EMS system this can include using existing EMS components but if required new components must be provided by contractor. 6.) Remove and install new preheat coil and associated components, piping, steam traps, relief valves, freeze stat and valving including connecting to heating system and EMS logic. C.3 Statement of Work Replace existing tube heat exchanger and install circulating pump/motor to existing heat loop system (including components, electrical supply, actuators and piping). Replace existing pneumatic controls of heating system to digital thermostatic logic controls. All newly installed equipment must be maintenance accessible, work in conjunction with current EMS system and function as a complete operating system. All described work will take place at Bldg. 121 (Navarre), Lawrence Kansas, Haskell Indian Nations University. Design and Engineering drawing must be submitted at completion of project. C.3.1Extent of Work 1.) Remove existing and install new tube heat exchanger with same capacity or larger. This includes modifications needed to support/reinforce structure tube exchanger exist presently on or where unit will be located (structure should be painted once modified). Unit must be connected to current heat loop system and steam system. Contractor must provide components necessary for operation such as flanges, piping, relief valves, bolts, actuator and electrical supply for unit to operate safely. 2.) Install new circulating pump to existing heat loop system this includes necessary pad or modification to existing pad where unit will be located.. This will include piping, valving, flanges, bolts, gaskets, pressure gauges, and temperature gauges. It is the contractor's responsibility to verify correct amperage capacity needed to supply newly installed equipment. Install new disconnects, wiring, breakers, fuses and electrical co with electronic/digital type controls. 3.) Replace pneumatic controls for heat exchanger and heat loop system with electronic/digital type controls. This includes connecting to existing EMS system using existing EMS components but if required new components must be provided by contractor. STATEMENT OF WORK, BUILDING 126, Curtis Hall A/C Replacement C. 4 STATEMENT OF WORK Work under this project consists of furnishing all labor, equipment, transportation, material, services, and incidentals necessary to replace existing Air Cooled Condensing unit with individual condensing units. Conduct load analysis to determine proper sizing of replacement Air cooled condensing unit. It is the contractor's responsibility to verify correct amperage capacity needed to supply newly installed equipment. Install new disconnects, wiring, breakers, fuses and electrical components needed to supply power for new units. This unit currently has eight compressors with different types of Freon refrigerant being condensed. Both pad and structure for new unit or units will have to be poured and constructed. Design and Engineering drawings must be submitted with equipment submittals. C.4.1. EXTENT OF WORK 1.)Project consists of, but is not limited to; mobilization, construction, surveying, piering, staking, clearing and demolition and removal of existing structure and unit. New pad and structure for Condensing units must raise units above ground four feet and have a eighteen inch access walk way on one side and ladder for maintenance at same elevation. At completion of project structure must be painted. 2.) Condensing units must be within their own housing and have individual condensing fan, motor and coil. Each unit's line set will need to be modified as needed, insulated and tested for leaks prior to being recharged with refrigerant. Each unit must have its own disconnect. It is the contractor's responsibility to verify correct amperage capacity needed to supply newly installed equipment. Install new disconnects, wiring, breakers, fuses and electrical components needed to supply power for new units. New condensers installed must have at two forms of media to prevent coils from plugging. All newly installed equipment must be maintenance accessible. 3.)Freon gas in existing units must be evacuated according to EPA standards. It is the responsibility of the contractor to replace Freon in each system upon completion and verify unit operation of each of 8 systems. C.5.STATEMENT OF WORK Work under this project consists of furnishing all labor, equipment, transportation, material, services, and incidentals necessary to replace existing tube heat exchanger that provides domestic hot water to kitchen using steam. This includes components, electrical supply, actuators, piping, relief valves, pressure gauges, temperature gauges, flanges, gaskets, and insulation. Remove and replace existing domestic hot water storage tank with new tank. Install new circulating pump and connect to existing domestic hot water system. Replace mixing valve for both domestic hot water and 160 degree water. At completion of project all components of the domestic hot water system need to be operational including the recirculating water. Replace existing pneumatic controls of domestic hot water heating system to digital electronic thermostatic logic controls. All newly installed equipment must be maintenance accessible, work in conjunction with current EMS system and function as a complete operating system. All described work will take place at Bldg. 126 (Curtis Hall), Lawrence Kansas, Haskell Indian Nations University. Design and Engineering drawing must be submitted at completion of project. C.5.1 EXTENT OF WORK 1.)Remove existing and install new tube heat exchanger with same capacity or larger. This includes modifications needed to support/reinforce structure tube exchanger exist presently on or where unit will be located (structure should be painted once modified). Unit must be connected to current domestic hot water system and steam system. Contractor must provide components necessary for operation such as flanges, piping, relief valves, pressure and temperature gauges, insulation, electronic actuator and electrical supply for unit to operate safely. 2.)Remove existing hot water storage tank and replace with same capacity hot water storage tank. This includes modifications needed to support/reinforce structure the hot water storage tank exist presently on or where unit will be located. 3.)Install insulation, flanges, gaskets, temperature gauge, safety devices and connect to existing domestic hot water piping and installed exchanger. C.6. Debris Disposal 1.)Contractor shall remove and dispose properly of existing chiller unit and evacuate Freon according to EPA guidelines. 2.)All waste and debris generated by the contractor during the construction project shall be removed from the project site and disposed of at an EPA approved landfill or recycling center by contractor. 3.)The contractor shall pick up refuse in an approved manner and transport all waste in accordance with all County, State and Federal Codes as required by law. 4.) Haskell Indian Nations University retains first right to all existing equipment that is being replaced and removed. C.7. All material, installation and workmanship shall comply with the applicable requirements and standards addressed within the current edition of the following reference, codes, and standards. a.Uniform Building Code (UBC), International Conference of Building Officials b.Uniform Mechanical Code (UMC), International Conference of Building Officials c.Uniform Plumbing Code (UPC), International Conference of Building Officials d.Uniform Fire Code (UFC), International Fire Code Institute e.NFPA 10, Standard for Portable Fire Extinguisher, 2006 edition f.NFPA 13, Standard for Installation of Sprinkler Systems, (including 25 IAM, Supplement 18, 1.4. and 19.3.2 Ordinary Hazard requirement) g.NFPA 70, National Electrical Code (NEC), National Fire Protection Association h.NFPA 72, National Fire Alarm Code, National Fire Protection Association i.NFPA 90A, Air Conditioning and Ventilating systems, National Fire Protection Association j.NFPA 90B, Warm Air Heating and Air Conditioning Systems, National Fire Protection Association k.NFPA 101, Life Safety Code, National Fire Protection Association l.Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities, U.S. Architectural and Transportation Barriers Compliance Board m.Uniform Federal Accessibility Standards (UFAS) n.Environmental Protection Agency (EPA) o.BIA Design Handbook C.8FINAL DELIVERABLES a. Product Data: Submit manufacturer's technical product data, including rated capacities of selected model clearly indicated, furnished specialties and accessories; and installation instructions. Submit manufacturer's assembly-type shop drawings indicating dimensions, roughing-in requirements, required clearances, and methods of assembly of components and anchorages. b. Record Documents: Provide full written description of manufacturer's warranty and manufacturer's installation instructions. c. Operation and Maintenance Data: Include installation instructions, exploded assembly views. servicing requirements, inspection data, installation instructions, spare parts lists, replacement part numbers and availability, location and contact numbers of service depot, for all specialties installed. d. As-Built Drawings: Contractor shall provide one (1) copy of As- Built Drawings for each building. C.9Contract Work Hours Work Hours: The Contractor shall work during normal operation hours, Monday through Friday. The COTR must approve any deviation from these hours and the contractor shall note all such deviations. No work shall be performed on Saturdays, Sundays, Holidays, or Federal Holidays without prior approval from the COTR. The government reserves the right of refusal with no impact to the contract. C.10 CONTRACTOR PERSONNEL SECURITY AND SUITABILITY REQUIREMENTS Performance of this contract requires contractor personnel to have a Federal government-issued personal identification card before being allowed unsupervised access to a facility. C.11 CONSTRUCTION SCHEDULE The Contractor shall submit a detailed schedule for construction with its bid for review and approval prior to commencing work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01302/listing.html)
 
Place of Performance
Address: Lawrence KS
Zip Code: 66046
 
Record
SN02774259-W 20120615/120613235121-79d18b46d252e0ad66a8a53bf58dfac8 (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.