Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
DOCUMENT

Z -- Chillers & Boilers Replacement Project, ATCT, Evansville Regional Airport, Evansville, Indiana - This project is considered a Small Business Set-Aside - Attachment

Notice Date
12/16/2016
 
Notice Type
Attachment
 
NAICS
#238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-520 CN - Central Logistics Service Area (Great Lakes)
 
Solicitation Number
DTFACN-17-R-00051
 
Response Due
1/3/2017
 
Archive Date
1/3/2017
 
Point of Contact
Melody McGovern, melody.mcgovern@faa.gov, Phone: 847-294-7347
 
E-Mail Address
Click here to email Melody McGovern
(melody.mcgovern@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is considered a small business set-aside. The FAA is seeking experienced firms to provide all labor, material, equipment, tools, supervision and transportation to provide the scope of work as follows for the Chillers & Boilers Replacement Project, ATCT, Evansville Regional Airport, Evansville, Indiana. A.Scope of Work - These specifications, together with the referenced specifications, standards, and drawings specified in the contract documents cover the requirements for all work associated with the replacement of the following HVAC equipment: 1. Furnish and install temporary 40-tons chillers piping and accessories. See construction sequence on construction plan identified on (EVV-D-ATCT-M055). Contractor shall coordinate with COR, during installation of temporary chiller. 2. The 40-tons temporary chiller shall be tested and fully operational, before demolition of CH-1, CH-2 and associated concrete Slab. 3. Field-verify dimension of existing Chillers and Boilers HVAC Systems to assure fit in regard to transportation through existing spaces and installation on existing raised floor stand. In addition, field-verify replacement of equipment compatibility with existing electrical wirings and connections. 4. Replace outdoors air-cooled chillers (CH-1 & 2) providing cooling for the facility ™s critical electronic equipment. In addition, demolish and replace existing supply/return chilled water piping insulation with foam glass insulation with aluminum metal jacket. Replacements activity is preferably done on one subsystem at a time to not interrupt or at worse cause minimal interruption to the area affected. (Refer to construction plan identified on drawing (EVV-D-ATCT-M055). 5. Replace indoors gas fired hot water boiler (B-1 B-2 & B-3), providing heating for building facility personnel comfort via the air-handling heating coils. In addition, demolish and replace existing hot water boilers supply/return piping fiberglass insulation. Replacements activity is preferably done on one subsystem at a time to not interrupt or at worse cause minimal interruption to the area affected. (Refer to construction plan identified on drawing (EVV-D-ATCT-M055). 6. The new chillers, boilers and control accessories, shall be compatible with existing facility LON network HVAC controls systems. Integrate new chillers, boilers and control accessories to function as a true open network. 7. Test the resistance of electrical wirings CH-1, CH-2, B-1, B-2, & B-3 to determine suitability for reuse. Contractor shall replace electrical wiring if determine by COR that wiring fails the resistance test. Replace outdoors disconnect switch for CH-1 & CH-27 with NEMA 3R. 8. Replace defective chilled water system temperature/pressure gages. In addition, replace any defectives chilled water piping isolation valves and control accessories. 9. Replace chilled water system chemical feeder tank, valves, piping and insulation. 10. Test and balance air and water flows according to reference drawings or to rated equipment capacity. Submit air/balance report to the COR. 11. All wiring and grounding requirements shall be per the latest National Electric Code, FAA Spec C-1217g and FAA-STD-019E The estimated price range for this procurement is between $250,000.00 and $500,000. NAICS Code is 238220. The contractor awarded the contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS. INTERESTED FIRMS MUST COMPLETE AND SUBMIT ATTACHED BUSINESS DECLARATION FORM ALONG WITH A LETTER OF INTEREST. General contractors must submit their interest for subject project on letterhead and include the firm's name, address, e-mail, phone number, fax number, and point of contact by no later than JANUARY 3, 2017. Letter of interest may be sent electronically to melody.mcgovern@faa.gov. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women- owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/26227 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-17-R-00051/listing.html)
 
Document(s)
Attachment
 
File Name: BusinessDeclaration 4 16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73285)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73285

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04353938-W 20161218/161216234102-52fb73ca9f2f7839a1bc91d71ae0d874 (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.