SOLICITATION NOTICE
Z -- NOAA, National Weather Service, Installation of Ground Source Heat Pump and additional equipment necessary to achieve a minimum of 30% reduction in total energy consumption, Weather Forecast Office, Johnston, IA
- Notice Date
- 7/26/2011
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- WC133W-11-RQ-1126
- Archive Date
- 9/2/2011
- Point of Contact
- Charlene A. Yaple, Phone: 816-426-7531, Jackie S Smith, Phone: 816-426-2068
- E-Mail Address
-
charlene.a.yaple@noaa.gov, jacqueline.s.smith@noaa.gov
(charlene.a.yaple@noaa.gov, jacqueline.s.smith@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Department of Commerce, NOAA, NWS is soliciting proposals to provide the work and services necessary for the installation of a ground source heat pump HVAC system and the installation of any additional equipment necessary to achieve a minimum of thirty (30%) reduction in total energy consumption, as measured in monthly KWH used at the facility. This requirement will also include the disassembly, removal and proper disposition of the existing equipment. The project is located at the Weather Forecast Office, located at 9607 Northwest Beaver Drive, Johnston, IA. Objective: To realize a minimum reduction of 30% energy usage at the entire facility with the utilization of a fully redundant ground source heat pump and other energy saving modifications that are, proposed and demonstrated to be economically feasible. All calculated savings must be the result of actual gains in mechanical efficiency; the use of setbacks and other action items requiring a change in the environment, operational equipment, or behavior of personnel, will not be considered part of the 30% reduction goal. General Requirement: • The contractor shall furnish all labor and materials necessary to make their proposed system, fully functional including the operation and integrated controls for the equipment to achieve the projected energy savings while maintaining the specified environment. • The installation of a redundant ground source heat pump to replace the current redundant HVAC system serving the operations area is a required feature of any package submitted. • Any new HVAC equipment/system shall be controlled by and interface with the existing Automated Logic controls system currently in use. • Installation must be achieved without an interruption of service to the system for the operations area, except for loss of redundancy. • Each offeror is urged to perform an onsite review of the facility to appropriately size the HVAC units, develop an implementation plan that would not hamper operation of the WFO, and ensure implementation of the design being proposed. • End result is an environment of in all areas affected with individual zone control of & non-condensating relative humidity of 35% 5%. • "As built" drawings of the facility and systems must be provided prior to acceptance and payment of work. • Work shall conform to applicable standards and guidelines as published by, American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE) 62.1 Ventilation, 55 Thermal Comfort, 90.1 Energy Efficiency; IGSHPA, International Ground Source Heat Pump Association; NGWA National Ground Water Association - Loop well construction standards. All work performed shall be in accordance with all applicable Federal and local building codes. • The contractor shall be responsible for the removal and proper disposal of any unused existing equipment. HOW TO OBTAIN A COPY OF THE SOLICITATION: The Solicitation for the above requirements will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies will not be available. The solicitation will be made available for download on or about August 4, 2011. For a copy of the solicitation, please utilize the FBO feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. The resultant procurement will be a firm-fixed price contract. This will be 100% small business set-aside. The North American Industrial Classification System Code (NAICS) is 238220. The range of this project is between $100,000.00 and $250,000.00. Central Region Acquisition Division, requires that all Contractors doing business with this officer be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certifications and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors are encouraged to go on-line at www.orca.bpn.gov to complete its representations and certifications. VETS - 100 Federal Contracting Program Reporting - In accordance with Title 38, United States Code, Section 4212(d), the U.S. Department of Labor (DOL), Veterans' Employment and Training Service (VETS) collects and compiles data on the Federal Contractor Program Veterans' Employment Report (VETS-100 Report) from Federal contractors and subcontractors who receive Federal contracts that meet the threshold amount in excess of $100,000.00 are required by legislation (FAR 22.1310) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the internet site at http://www.dol.gov/vets/programs/fcp/main.htm, or via email at: helpdesk@vets100.com. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS AND ALL SUBSEQUENT AMENDMENTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133W-11-RQ-1126/listing.html)
- Place of Performance
- Address: National Weather Service, Weather Forecast Office, 9607 Northwest Beaver Drive, Johnston, Iowa, 50131-1908, United States
- Zip Code: 50131-1908
- Zip Code: 50131-1908
- Record
- SN02511222-W 20110728/110726235716-8b76e4f014bff2b2fed5cb8a4d2a4f49 (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 |