SOLICITATION NOTICE
41 -- HVAC Upgrade
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
- ZIP Code
- 31793
- Solicitation Number
- RFQ-11-4389-06
- Archive Date
- 7/12/2011
- Point of Contact
- Thomas D. Maze, Phone: 229-386-3496
- E-Mail Address
-
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-11-4389-05 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 97-09. FAR 52.219-6 Notice of Total Small Business Set-A-Side is applicable to this acquisition. The NAICS code is 238220. The small business size standard is $14 Million. HVAC Equipment Upgrades in Buildings 6, 7, 13 and 15 1.0 Introduction In an effort to reduce energy consumption, the USDA is seeking proposals for the replacement of HVAC and domestic water heating equipment in 4 buildings located at the Southeastern Fruit and Tree Nut Research Station in Byron, Ga. This work shall include: A. Removal or modification of existing HVAC systems as indicated in this solicitation. B. Installation of new, energy efficient HVAC and domestic water heater systems along with all necessary components and utilities to make these systems fully functional. C. Repair of walls and penetrations where old equipment and components were removed. D. Installation of new insulation on new and existing piping. 2.0 Work Hours A. Work hours for this project shall be from 7:00 am to 4:30 pm Monday through Friday excluding Federal Holidays. B. No weekend or overtime work will be permitted unless a written request is submitted by the Contractor to, and approved by, the Contracting Officer 2 days in advance. 3.0 Contractor Responsibilities A. The Contractor shall provide all supervision, labor, materials, equipment and any other items necessary to complete the work outlined in this solicitation. B. The Contractor shall follow all federal, state and local laws, ordinances and codes related to the execution of this work. C. The Contractor shall be responsible for the proper sizing and installation of new HVAC equipment following the standards outlined in ANSI/ACCA 5 QI 2007 - HVAC Quality Installation Specification. D. The Contractor shall comply with the clause at FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, for the selection of all energy consuming equipment required to fulfill the obligations of this solicitation. E. The Contractor shall follow manufacturers recommendations for all appliances and components used. F. The Contractor shall be responsible for removal and legal disposal of all materials, construction debris and trash from Government property. G. The Contractor shall be registered in CCR and ORCA. 4.0 Submittals The Contractor shall submit to the Contracting Officer for approval manufacturers' product information for items in the following list. A. Air Conditioners B. Heat Pumps C. Water Heaters Manufactures information should include, make, model number, whether Energy Star qualified, minimum SEER and EER ratings. 5.0 Renovation Work A. Building 6 1. Demolition a. Remove window air conditioning units installed through the wall in rooms 100,101,102,108 and 109. b. Remove the split system air conditioner and associated piping and electrical systems in room 108. c. Remove the split system air conditioning condensing unit, associated piping and electrical systems in room 112. Remove the fresh air damper, ductwork and grill from the air handler utilized by this system. d. Remove the existing 40 gallon natural gas hot water heater in room 112. e. Remove the existing insulation on all domestic and hot water piping in room 112. 2. New work a. Block up penetrations through walls where equipment was removed using concrete block of the same dimension as occur in the wall to be repaired. b. Repair and reseal the air handler ductwork in room 112 where the fresh air system was removed. c. Provide new energy efficient, mini split style heat pumps in rooms 108 and 109. Provide wall mounts and disconnects for each condensing unit. Provide hard wired, wall mounted, programmable heat pump thermostats for each unit. d. Provide new energy efficient, multi (3) evaporator, mini split style heat pump to serve rooms 100,101 and 102. Provide a wall mount and disconnect for the condensing unit. Provide a hard wired, wall mounted heat pump thermostat in each room. e. Provide a new energy efficient 45 gallon natural gas condensing water heater in room 112. f. Provide new pipe insulation on all domestic and hot water piping in room 112. The Contractor shall use fiberglass section pipe insulation with all service jacket, 1" thick for pipes 2" or smaller and 1 ½" thick for pipes 2 ½" and larger. Seal all seams, joints and penetrations with white vinyl acrylic mastic. Contractor shall cover all exposed surfaces of insulation with.020 white PVC jacket. Fittings shall be one piece pre molded white PVC fitting covers with precut fiberglass inserts. g. Modify existing heating system controls in room 112 to allow automatic operation of existing heating system as a supplemental heating system during low ambient temperature conditions of 35 degrees Fahrenheit or below. B. Building 7 1. Demolition a. Remove 3 window air conditioners installed through the walls in rooms 1, 2, and 3. b. Remove existing insulation on all domestic water piping throughout building. Remove existing insulation on all hot water heating system piping outside the mechanical room. c. Remove existing 40 gallon natural gas hot water heater in mechanical room. 2. New Work a. Block up penetrations through walls where equipment was removed with concrete block of the same dimensions as occur in the wall being repaired. b. Provide a new energy efficient, multi (3) evaporator, mini split style air conditioner to serve rooms 1, 2, and 3. Provide a wall mount and disconnect for the condensing unit. Provide a hard wired programmable air conditioner thermostat in each room. c. Provide a new energy efficiency 45 gallon natural gas condensing water heater in mechanical room. d. Provide new insulation on all domestic water piping throughout the building and hot water heating system piping outside the mechanical room. The Contractor shall use fiberglass section pipe insulation with all service jacket, 1" thick for pipes 2" or smaller sealing all seams, joints and penetrations with white vinyl acrylic mastic. Contractor shall cover all exposed surfaces of insulation with.020 white PVC jacket. Fittings shall be one piece pre molded white PVC fitting covers with precut fiberglass inserts. C. Building 13 1. Demolition a. Remove the existing natural gas furnace/ air conditioning system and electric water heater from mechanical room. b. Remove the existing insulation on all domestic water piping in mechanical room. 2. New Work a. Provide a new energy efficient, dual fuel heat pump with natural gas auxiliary heating and a new, programmable heat pump thermostat. b. Provide a new energy efficient 45 gallon natural gas condensing hot water heater in mechanical room. c. Provide new insulation on all domestic water piping in mechanical room. The Contractor shall use fiberglass section pipe insulation with all service jacket, 1" thick for pipes 2" or smaller sealing all seams, joints and penetrations with white vinyl acrylic mastic. Contractor shall cover all exposed surfaces of insulation with.020 white PVC jacket. Fittings shall be one piece pre molded white PVC fitting covers with precut fiberglass inserts. D. Building 15 1. Demolition a. Remove the existing LP gas furnace, water heater and air conditioning system from the mechanical room. b. Remove the existing insulation from all domestic water piping in the mechanical room. 2. New Work a. Provide a new energy efficient dual fuel heat pump with LP gas auxiliary heating and a new heat pump thermostat. b. Provide a new energy efficient 45 gallon LP gas condensing hot water heater in mechanical room. c. Provide new insulation on all domestic water piping in mechanical room. The Contractor shall use fiberglass section pipe insulation with all service jacket, 1" thick for pipes 2" or smaller sealing all seams, joints and penetrations with white vinyl acrylic mastic. Contractor shall cover all exposed surfaces of insulation with.020 white PVC jacket. Fittings shall be one piece pre molded white PVC fitting covers with precut fiberglass inserts. 6.0 Definitions ANSI - American National Standards Institute CCR - Central Contractor Registration - The primary vendor database for the U.S. Federal Government. The CCR collects, validates, stores and disseminates data in support of agency acquisition missions. Energy Efficient - a product that - 1. Meets Department of Energy and Environmental Protection Agency criteria for use of the Energy Star trademark label; or 2. Is in the upper 25 percent of efficiency for all products as designated by the Department of Energy's Federal Energy Management Program. FAR - Federal Acquisition Regulations HVAC - Heating, Ventilation and Air Conditioning - All components of the appliance used to condition interior air of a building. ORCA - Online Representations and Certifications Application Estimated Cost $30,000-$45,000 Delivery shall be FOB Destination. Evaluation of quotations will be made based on price and specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic transfer. This solicitation incorporated the following FAR clauses, provisions and addendums: 52-204-7 Central Contractor Registration - To win an award, vendor MUST be registered. 52-212-1 Instructions to Offerors-Commercial item. 52-212-3 Offeror Representations and Certification-Commercial items: Completed the annual representations and certifications electronically at http://orce.bpn.gov. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred Program. Vendor MUST send descriptive literature. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, June 27, 2011 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. Bids will be accepted by E-Mail ( Tom.Maze@ars.usda.gov ). The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-11-4389-06/listing.html)
- Place of Performance
- Address: 21 Dunbar Road, Byron, Georgia, 31008, United States
- Zip Code: 31008
- Zip Code: 31008
- Record
- SN02457957-W 20110528/110526234805-1112744ec9633eb8d16ea3161f9acefd (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 |