Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOLICITATION NOTICE

N -- INstallation of Direct Digital Controls (DDC) in Building 24, Bradley Air National Guard Base, East Granby, CT

Notice Date
12/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
103 FW/LGC, Bradley ANG Base, 100 Nicholson Road, East Granby, CT 06026-9309
 
ZIP Code
06026-9309
 
Solicitation Number
W91ZRS-08-T-0002
 
Response Due
1/9/2008
 
Archive Date
3/9/2008
 
Point of Contact
Richard Belford, 8602922320
 
E-Mail Address
Email your questions to 103 FW/LGC
(richard.belford@ctbrad.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation Number is W91ZRS-08-T-0002, Request for Proposal. The North American Industry Classification System (NAICS) Code is 334512, size standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The offeror must include a statement regarding the size of the business. This requirement of the Connecticut Air National Guard (CTANG) consists of installation of Direct Digital Controls (DDC) into Building 24, Bradley Air National Guard Base, 100 Nicholson Road, East Granby, CT 06026-9309. The offeror will furnish all plant, labor, expertise, equipment, materials, facilities, transportation, and appliances necessary to perform operations in connec tion with the installation of the Direct Digital Controls in Building 24. Please see the Statement of Objectives (SOO) below this synopsis/solicitation. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items; 252.204-7004, Required Central Contractor Registration; 52-232-33 Payment by Electronic Funds Transfer; 52-21 2-1 Instructions to Offerors  Commercial Items. The Government anticipates award of a firm-fixed price contract and award will be made on the basis of best value to the Government; technical, price, past performance. Technical factors includes past perfo rmance and technical considerations, which are of equal value, but when combined, price will be significantly more important. To receive an award of contract the Offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at the website http://www.ccr.gov or call Assistance Center toll free at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on line at http://orca.bpn.gov. You will need your DUNS number and your C CR number in order to register to the Online Representations and Certifications (ORCA) website. Offers shall be submitted no later than 4:00PM, 9 January 2008, to the 103d Fighter Wing Operational Contracting Office, Attn: SMSgt Richard Belford, 100 Nicho lson Road, East Granby, CT 06026-9309 or via fax 860-292-2342, or by E-mail richard.belford@ctbrad.ang.af.mil . Any questions regarding this proposal request can submitted in writing to richard.belford@ctbrad.ang.af.mil . PHONE CALLS ARE DISCOURAGED. < BR>PURPOSE This work shall complete the installation of the Direct Digital Controls (DDC) into Wing Headquarters building 24. The Connecticut Air National Guard (CTANG) is developing energy saving solutions for its current facility portfolio. This S tatement of Objectives reflects current CTANG policies and practices, allowing offerors to propose and price a solution to known requirements. CTANG requests that the controls be separated into 2 categories (where applicable): HVAC Controls Expansion and G as and Electric Metering. Currently, building 24 has an incomplete, Automated Logic (brand name) Control System installed. A communications router for connection to the web based WebCTRL Operator Workstation application is installed at this location. Opt ional bid items to install a new, Automated Logic DDC System into Fuel Maintenance building 15 and Communications building 26 are also included in the Statement of Objectives. SCOPE Building 24: 1. Provide a complete and functioning Au tomated Logic DDC System which must be fully compatible with currently installed Automated Logic DDC System. 2. Replace existing pneumatic controlled HVAC co mponents to allow upgrade to the new DDC system 3. Provide an updated gas and electric metering system compatible with the completed DDC system a. Meters will need to monitor, store and send the following data: i. KW, KWH, Amps (all phases), SCFH 4. Provide web based control of system temperature settings and ensure compatability with the existing WebCTRL program. 5. Provide, install a fully functional and compatible software required to view DDC data through the current WebCTRL Operator Wor kstation system currently installed. 6. Data needs to be stored at the local level if communication to central storage location if interrupted for 45 days 7. Data at the central storage location needs to be programmed to be able to record each piece of data hourly, daily, monthly, yearly, at intervals of 15 minutes. 8. The ability to change recording intervals must be user friendly. 9. All recorded data must be available to upload into an MS Excel (brand name) or equivalent spreadsheet format.<B R>10. Provide 8 hours of training of new system 11. Provide 1 year warranty on whole system 12. Provide minimum of three site visits for follow up support, if required 13. Provide any required meter calibration for one year 14. Installation to meet ANG ETL 01-1-1 requirements and CTANG Base Building Requirements 15. Installation to meet NEC requirements 16. Meter is to be Digital/solid state 17. Direct digital temperature control within 1 degree accuracy OPTIONAL BID ITEM 1 <B R>Building 15 (communications router is installed) 1. Replace existing pneumatic controlled HVAC components to allow upgrade to the new DDC system 2. Provide an updated gas and electric metering system compatible with the completed DDC syste m a. Meters will need to monitor, store and send the following data: i. KW, KWH, Amps (all phases), SCFH 3. Provide web based control of system temperature settings and ensure compatability with the existing WebCTRL program. 4. Provide, install a fully functional and compatible software required to view DDC data through the current WebCTRL Operator Workstation system currently installed. 5. Data needs to be stored at the local level if communication to central storage location if interrupted for 45 days 6. Data at the central storage location needs to be programmed to be able to record each piece of data hourly, daily, monthly, yearly, at intervals of 15 minutes. 7. The ability to change recording intervals must be user friendly. 8. A ll recorded data must be available to upload into an MS Excel (brand name) or equivalent spreadsheet format. 9. Provide 8 hours of training of new system 10. Provide 1 year warranty on whole system 11. Provide minimum of three site visits for foll ow up support, if required 12. Provide any required meter calibration for one year 13. Installation to meet ANG ETL 01-1-1 requirements and CTANG Base Building Requirements 14. Installation to meet NEC requirements 15. Meter is to be Digital/so lid state 16. Direct digital temperature control within 1 degree accuracy OPTIONAL BID ITEM 2 Building 26 (communications router is installed) 1. Replace existing pneumatic controlled HVAC components to allow upgrade to the new DDC syst em 2. Provide an updated gas and electric metering system compatible with the completed DDC system a. Meters will need to monitor, store and send the following data: i. KW, KWH, Amps (all phases), SCFH 3. Provide web based control of system te mperature settings and ensure compatability with the existing WebCTRL program. 4. Provide, install a fully functional and compatible software required to view DDC data through the current WebCTRL Operator Workstation system currently installed. 5. Da ta needs to be stored at the local level if communication to central storage location if interrupted for 45 days 6. Data at the central storage location need s to be programmed to be able to record each piece of data hourly, daily, monthly, yearly, at intervals of 15 minutes. 7. The ability to change recording intervals must be user friendly. 8. All recorded data must be available to upload into an MS Exc el (brand name) or equivalent spreadsheet format. 9. Provide 8 hours of training of new system 10. Provide 1 year warranty on whole system 11. Provide minimum of three site visits for follow up support, if required 12. Provide any required mete r calibration for one year 13. Installation to meet ANG ETL 01-1-1 requirements and CTANG Base Building Requirements 14. Installation to meet NEC requirements 15. Meter is to be Digital/solid state 16. Direct digital temperature control within 1 degree accuracy PERFORMANCE OBJECTIVES CTANG expects new system to be fully functioning with existing Automated Logic (brand name) system. CTANG expects to minimize the number of supply sources needed to maintain the DDC system i n future. CTANG expects to be able to remotely control heating and cooling functions in base facilities. CTANG expects to be able to analyze real time data over the internet to make energy management decisions. CTANG expects to have d etailed information archived electronically to maintain historical records on operating characteristics of the buildings: identify trends which could lead to better energy efficiency and provide a comprehensive alarm system/early warning system for mechani cal system malfunctions. PLACE OF PERFORMANCE Work shall be performed on Bradley ANG, East Granby CT, 06026. If the contractor determines that travel is needed, the contractor shall receive written Government authorization prior to initiating any travel under this SOW PERIOD OF PERFORMANCE The total contractor time for this task order shall not exceed 30 days. DELIVERABLES Three (3) paper copies of the accepted proposal addressing each of the 16 items listed in the scope along with one (1) electronic copy on Compact Disk. This includes AutoCad and PDFs of as built drawings. Three (3) paper copies of all manuals and warranty information for all installed equipment. One (1) schedule of work activities,in an Excel Spreadsheet or MS Project format. Either is acceptable.
 
Place of Performance
Address: 103 FW/LGC Bradley ANG Base, 100 Nicholson Road East Granby CT
Zip Code: 06026-9309
Country: US
 
Record
SN01474141-W 20071222/071220225854 (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.