Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDE: The FAA is seeking experienced firms to perform various mechanical work at the Indianapolis ARTCC in Indianapolis, Indiana

Notice Date
5/24/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-00220
 
Response Due
6/9/2011
 
Archive Date
6/24/2011
 
Point of Contact
Karen Czerwiec, 847-294-7298
 
E-Mail Address
karen.czerwiec@faa.gov
(karen.czerwiec@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This procurement is a 100% Small Business Set Aside. The FAA is seeking experienced firms to perform FY-10 Sustain - Mechanical work at the Indianapolis Air Route Traffic Control Center (ARTCC), 1850 Sigsbee Street, Indianapolis, Indiana. Work consists of but not limited to, the following:Part A: Control Wing Basement AHU Replacement:1. Replace AHUs #104, #105, #106, #107 and #108, temperature and humidity sensors, and associated components in Equipment Room (B120) of the Control Wing Basement per Drawings ZID-D-ARTCC-M008, ZID-D-ARTCC-M009 and ZID-D-ARTCC-M010.2. Replace overhead AHU #400 and associated components in Vestibule (B101B) per drawings. The unit shall have two (2) new anti-freeze hot water recirculation pumps. The new outside air unit shall have new revised sequence of operation and DDC controls.3. Modify DDC control points for AHU-104 through AHU-108 per drawings and specifications.4. Modify existing AHU-400 outlet ductwork in Equipment room (B120) and provide new supply air grilles as shown on Drawing: ZID-D-ARTCC-M008.5. Replace existing inlet ductwork with new damper and associated controls for AHU-400.6. Remove and reconnect existing hardware and software points and replace with new as required.7. Remove partially, disconnect and reconnect chilled water supply and return, steam and drain piping as shown on drawings. Provide new valves, gauges, etc. as required.8. Reprogram all affected software points as required.9. Rebalance systems for air and water side for all AHUs.10. Provide raised floor panels and refinish floor as required to match existing. Part B: Admin Wing Basement Backflow Preventer Replacement:11. Provide new main backflow preventer in the Administration Wing in the basement (PBX Room). The new backflow preventer shall be supported by at least two steel supports on the floor. Associated existing piping needs to be modified with additional sections to accommodate new backflow preventer in the limited space. New installation shall include but shall not be limited to: backflow preventer, associated piping, flanges, and valves etc. See Sketch #1, 2 and picture in specification Section 15100 "Backflow Preventer". Note: ALL BACKFLOW PREVENTER WORK (PART B) SHALL BE ACCOMPLISHED DURING THE NIGHT HOURS. Part C: Stainless Steel Make-Up Water Tank Replacement:12. Replace existing steam boiler feed tank with new stainless steel tank (80 gallons) as shown on Drawing: ZID-D-ARTCC-M011.13. Replace existing 1 1/4" diameter, approximately 100 feet of black steel boiler feed piping with new 1 1/4" stainless steel piping.14. Re-insulate all hot surface piping and modify pipe supports as required. Part D: Upgrade Bearings, Drive and Control Systems of AHUs 510, 515 and 520 in Power Service Building:15. Replace existing fans, bearings, shafting, belts, pulleys, drives and motors with new for AHU-510, 515 and 520 as shown on Drawing: ZID-D-ARTCC-M012.16. Replace existing chilled water return (CWR) control valves and partial piping with new for AHU-510, 515 and 520.17. Reconnect all control and power wiring for fans, motors and control valves and reprogram as required.18. Re-balance fans to provide required/designed airflow rates for AHU-510, 515 and 520. Part E: Cooling Tower Pump Isolation and Check Valves Replacement:19. Replace existing three (3) 10" isolation valves, three (3) check valves and 10" discharge piping for the cooling tower condenser pumps P-3A, P-3B and P-3C as shown on Drawing: ZID-D-ARTCC-M013.20. Replace existing 12" manifold with new.21. Provide a new 12" condenser bypass line on top of the new 12" manifold and provide supports as required.22. Provide three (3) new additional shut-off valves for the new 12" manifold and two (2) shutoff valves for the new bypass piping.23. Contractor shall bring in temporary cooling tower(s) during construction when cooling towers are temporary out of service. Contractor shall connect all required hoses, provide required piping, pumps, valves and flanges etc to the Facility's chiller's plan for the supply condenser water systems. Part F: Pump House Make-Up Water Line Replacement:24. Provide approximately 130 feet of underground 3" piping for the emergency condenser makeup water for the Cooling Tower as shown on Drawing: ZID-D-ARTCC-M014.25. Provide connection for 3" underground piping to the existing 8" underground water supply main (field verify). The existing water supply main is approximately located 75 feet east of the Pump House.26. Provide new 3" underground ductile iron line that will start at the tie-in point from the 8" water main (field verify) east of the Pump House. Pipe route runs parallel along the north wall of the Pump House and along the west wall of the Pump House, and finally enters the Pump House underground at the west wall27. Provide level switch, transmitter, and probe and all required controls and alarms for water level control. Provide all electrical work as required.28. Provide all required shutoff valves, valve boxes, water meter, control valve, backflow preventer, shutoff valve and piping supports.29. Aboveground piping material shall be carbon steel. Underground piping shall be ductile iron.30. Provide trenching work and re-finish all asphalt and concrete pavement as required per contract drawing. Part G: Automation Wing Basement Central Vacuum System Replacement: 31. Furnish and install a Central vacuum unit as shown on Drawings: ZID-D-ARTCC-P001-BL, -P002 AND P003. Replace current Spencer Vacuum Cleaner Model S-192 with approved equal, to include 15 HP, 4.5 M filter, 100 mm inlet, 3" relief valve, 460 volt, 3 phase, manual starter, DS2 heavy duty caster frame, inlet assembly, filter assembly, motor support plate, 8" heavy duty casters, 24 GA dust pan, hose connector with button lock on both ends. 32. Repair\Replace all existing PVC piping from vacuum to vacuum outlets connected to vacuum. 33. Repair\Replace all existing vacuum outlets. 34. Replace all Flexible Hose connectors. Part H: Chiller Room Flow Meter Replacement:35. Replace twelve (12) flow meters in the chilled and condenser water systems including all mechanical mounting, wiring, conduit, and enclosures as needed for the installation of each flow meter, indicator and power supply. 36. Other work as required for Parts A through H as indicated on the drawings and in the specifications. Firms must submit their interest in this project on letterhead and include firm's name, address, phone number, point of contact and e-mail address to both the Contracting Officer, Ms. Karen Czerwiec at 847-294-7801 or e-mail Karen.Czerwiec@faa.gov and the Contract Administrator, Mr. Dennis Shub/IT Solutions at 847-294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business June 9, 2011. The following document is also required to be returned with your written request.1. Complete and return the attached Business Declaration Form.2. Complete and return the Sensitive Security Information. The work will be performed in strict accordance with the contract specifications. Contract performance time is 150 calendar days. The estimated price range for this procurement is $250,000.00 to $500,000.00. NAICS Code is 236220 UPON ISSUANCE OF THE SOLICITATION THERE WILL BE A MANDATORY SITE VISIT. DATE AND TIME TO BE DETERMINED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. 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 programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-11-R-00220/listing.html)
 
Record
SN02456240-W 20110526/110524235250-9f6e6af3f8cbf20d64b031ecd775ce0e (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.