Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

N -- Installation of Air-Cooled Chiller and Improvements to Chilled Water Distribution Piping, NPGQC, Beltsville, MD

Notice Date
7/19/2011
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0090
 
Archive Date
8/31/2011
 
Point of Contact
James Roloff, Phone: 6123363223
 
E-Mail Address
james.g.roloff@aphis.usda.gov
(james.g.roloff@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
USDA, APHIS, has a requirement for the installation of a 375-ton chiller to supplement the capacity of two existing 150-ton McQuay chillers at the National Plant Germplasm Quarantine Center (NPGQC) in Beltsville, MD. Main piping and secondary distribution will be upgraded in the facility's support building, and the high-containment laboratory and greenhouse. Work will include: •Demolition of existing site, facility, piping, pumps, electrical, and other systems. •Installation of concrete slab, fencing, and storm water management systems adjacent to existing air-cooled chillers. •Installation of a new 375-ton air-cooled chiller. •Replacement of existing piping and pumping systems for the new chiller to provide a direct-primary variable volume system. •Installation of associated electrical power for new chiller and pumps/variable frequency drives, new 800A transfer switch, and modification of emergency power system to eliminate one existing chiller from emergency power and providing emergency power to new chiller. •Integration of new chiller with existing HVAC systems controls. •Replacement of chilled water distribution piping throughout the support building and the high-containment laboratory and greenhouse. Piping work includes: -Replacing the chillers' 6-inch common supply and return piping headers with 8-inch headers. -Replacing the chillers' 3-inch bypass line and valve assembly with a 4-inch assembly to accommodate the chillers' minimum flow requirement. -Providing the support building with new and dedicated 2.5-inch supply and return lines that originate from the mechanical room to accommodate chilled water flow to a future warehouse and to existing AHU-14. (AHU-14 will be taken-off the support building's existing 4-inch main circulation loop). -Providing the high containment laboratory and greenhouse with new and dedicated 2.5-inch supply and return lines to supplement the existing 4-inch pipe serving AHU-7, 8, 9, 15, 10, FCU-4, AHU-6 and AHU-11. -Providing the high containment laboratory and greenhouse with new and dedicated 2.5-inch supply and return lines to supplement the existing 4-inch pipe serving AHU-16, AHU-1, growth chambers/cold rooms and FCU-1. -Providing high containment laboratory and greenhouse with new and dedicated 1.5-inch supply and return lines to supplement the existing 4-inch pipe serving AHU-2, 3, 4, 5 and PF-14. Implementation of this project cannot disrupt ongoing plant research activities and will require a high degree of management and coordination of work with the facility manager and the technical staff. The NPGQC will remain in continuous operation throughput the project's execution. Outages for connection of new mechanical or electrical services must be minimized. Therefore, weekend and after-hours work may be required. The estimated magnitude for this project is between $500,000 and $1 million. The North American Industry Classification System (NAICS) code is 238220 with a small business size standard of $14 million. The solicitation, including specifications and all other documents related to this procurement, will be available at no charge on the Federal Business Opportunities website (www.fbo.gov) on or around August 5, 2011. The solicitation will be issued as a 100% set-aside for small business concerns. This procurement will be a best-value/tradeoff acquisition, the process for which permits tradeoffs among cost or price and non-cost factors and allows the government to accept other than the lowest priced proposal. See FAR 15.101-1. The government intends to award a contract without discussions. It is the responsibility of interested parties to monitor this site for the solicitation and amendments, if any. Questions concerning this synopsis should be directed to James Roloff, Contracting Officer, by email at james.g.roloff@aphis.usda.gov or by fax to 612-336-3554.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0090/listing.html)
 
Record
SN02502887-W 20110721/110720000425-98c43ffe2af6e50cba4deb77315ffd00 (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.