Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

28 -- RECOVERY TAS::14 1035::TAS Project Number 135346 - Replace Fire Alarm System at Historic Museum, TAS Project Number 92689 - Install Combined Power and Heat Generation System, and TAS Project Number 136608 - Install Photovoltaic Panels.

Notice Date
7/7/2010
 
Notice Type
Sources Sought
 
Contracting Office
Contracting and Facilities Management - R9 U.S. Fish & Wildlife Service4401 N. Fairfax Drive Suite 7118-43 Arlington VA 22203
 
ZIP Code
22203
 
Solicitation Number
98210RY007cck
 
Response Due
7/21/2010
 
Archive Date
7/7/2011
 
Point of Contact
Christina Carter-Kurant Contract Specialist 7033582147 ;
 
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
Section 1605 of the ARRA requires that none of the appropriated funds may be used for the construction, alteration, maintenance, or repair of a public building or a public works project unless all of the iron, steel, and manufactured goods used in the project is produced in the United States, or unless a waiver is provided to the recipient by the head of the appropriate agency, here at FWS. A waiver may be provided if FWS determines that (1) applying these requirements would be inconsistent with the public interest; (2) iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron, steel, and the relevant manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent. Massachusetts is one of several Northeast states that has a climate change action plan which calls for significant CO2 emission reductions by 2020. Integral to that plan is a wider adoption of non-emitting renewable sources of electricity. The Massachusetts' Renewable Portfolio Standard (RPS) requires an increasing amount of the electricity sold in the Commonwealth to come from renewable electricity. RPS is also one of the major policy tools put in place to meet the CO2 reduction goals under the climate change plan. This project, while small, would contribute towards achieving those goals. The proposed combined heat and power generator is expected to contribute towards the goal of utilizing non-emitting renewable sources of electricity. Lowell National Historic Park, Massachusetts (MA) is proposing to procure and install a foreign manufactured chiller. The unit is the Yazaki SH20 Water Fired Chiller / Chiller-Heater as it is designed to work at optimal efficiency in conjunction with the 75kW Tecogen cogenerator unit and related electrical distribution system. U.S Fish & Wildlife Service, Contracting and Facilities Management seeks sources which are in compliance with Section 1605 of the ARRA and can provide the a chiller unit specified below: GENERAL:The Work consists of the design, purchase and installation work for a 75 KW Tecogen or approved equal generator with 20 ton absorption chiller and related electrical distribution at the Boott Cotton Mills Museum, 115 John St,, Lowell, Massachusetts in Lowell National Historical Park. This specification describes the performance and design requirements for the work. ITEM DEFINITION:The generator will be capable of producing rated power and include the related electrical distribution to use the power produced. The system will be integrated with the existing hot water system as well as a new absorption chiller to be provided under this contract. The new chiller will provide cooling which will be integrated with the existing chilled water system in the building. All the HVAC items shall be designed and installed with integration into the existing Building Management Network and the new Fire Alarm System-the fire alarm changes will be done under a separate contract but coordination with the work of that contract will be required. INTERFACE REQUIREMENTS:The CHP generator will be designed and built to provide the rated power and interface with the existing electrical system on the third, fourth, and fifth floors at the Museum. Control and distribution of the generated power to base loads will be required. The new HVAC items will be designed and installed to integrate with the existing Trane Building Management Network and the Fire Alarm System, where necessary. MODIFICATIONS REQUIRED:The Work includes designing, purchasing and installing the CHP generator with the absorption chiller and appurtenant equipment in the old boiler space on the third floor at the Museum. The new generator unit will be designed so that the waste heat from the generator can be used either to provide the heat to the central heating system during the winter or provide the waste heat to the absorption chiller unit in the summer. The chiller unit will be integrated with the building's central cooling system. A design investigation of the work necessary to use a portion of the absorption chiller produced cooling and the waste heat from the generator for the conversion of the special events center on the second floor to an isolated system (capable of being operated independently from the central system) will also be conducted with the work necessary to convert the special events center to an isolated system included in the project. The electrical connections to remotely control the generator and serve the base loads in the main Museum including controls to allow for adjustments and shifts in load will also be provided. COMPONENTS REQUIRED:a. New CHP Generator 75 KW Tecogen or an approved equal.b. New Yazaki 20 ton absorption chiller or an approved equal.c. New control features designed to control the electrical proaucuon and distribution as well as integrate the HVAC components with the existing Building Management Network.d. All required equipment, connections, hardware, etc. to make a complete and functional installation. PERFORMANCE REQUIREMENTS:All work and component items shall be manufactured, tested and installed in accordance with the latest editions of applicable publications and standards of the following organizations: * American Society of Heating, refrigerating and Air-conditioning Engineers (ASHRAE). * American Society of Mechanical Engineers (ASME). * Standards American Society of Testing and Material (ASTM). * Underwriters' Laboratories, Inc. (UL). * Insulated Power Cable Engineers Associates (IPCEA). * National Electrical Manufacturers Associates (NEMA). * Institute of Electrical and Electronic Engineers (IEEE). * American National Standards Institute (ANSI). * National Fire Protection Association (NFPA). * National Electrical Code (NEC). * Massachusetts Electrical Code (MEC). * Commonwealth of Massachusetts State Building Code (SBC). * Insulated Cable Engineers Association (ICEA). * Sheet Metal and Air-conditioning Contractors National Association (SMACNA). DESIGN REQUIREMENTS:1. The items shall have a design life of 25 years minimum.2. The items shall require minimal maintenance with proven performance track records.3. The items shall interface with the existing hot and chilled water systems at the museum.4. The HVAC controls will be integrated with the existing Tracer Building Management Network.5. The items, under normal use, shall have a minimum warranty of one (1) year from project acceptance or be replaced by the contractor. The generator will have an extended warranty of five (5) years and the chiller an extended warranty of two (2) years. The annual maintenance contract for the first year of maintaining the generator will be included in the fixed cost of the contract. All interested parties shall submit or email responses to the following: Christina Carter-Kurant, Contract SpecialistU.S. Fish & Wildlife ServiceContracting and Facilities Management - R94401 N. Fairfax Drive, Suite 7118-43Arlington, VA 22203 Email: christina_carter-kurant@fws.gov Response must be received by Close of Business June 24, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/98210RY007cck/listing.html)
 
Place of Performance
Address: Lowell National Historic Park, MA
Zip Code: 018521029
 
Record
SN02198138-W 20100709/100707234902-2622271608359ddb53824288741b5044 (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.