Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDE: HVAC Modernization for Air Traffic Control Tower and Base Building at Youngstown-Warren Regional Airport (YNG), in Youngstown, Ohio.

Notice Date
12/19/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-00077
 
Response Due
1/10/2012
 
Archive Date
1/25/2012
 
Point of Contact
Glen Timmerman, 847-294-7166
 
E-Mail Address
glen.timmerman@faa.gov
(glen.timmerman@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Set-Aside Procurement: The contractor shall furnish all labor, material, equipment, tools, supervision and transportation for the Modernization of the HVAC System for the Air Traffic Control Tower and Base Building at Youngstown-Warren Regional Airport (YNG), in Youngstown, Ohio in accordance with the specifications and contract provisions specified herein. SCOPE OF WORK: The work shall include, but not be limited to, the following: Furnish all labor, equipment, materials, supplies, permits, and transportation required to perform the work. Work under this transmittal includes but not limited to the following: 1. Prerequisitesa. The contractor and/or equipment manufacturer, after the site visit and during the bidding process, shall have assessed suitability of structure (such as roofing, flooring or equipment pads) for supporting the equipment load. In this matter, while in the bidding process, shall the contractor point out to the FAA Contracting officer (C.O.) or FAA Resident Engineer (R.E.) any deficiency for correction; presentation of an engineered solution; and quotation of solution costb. The contractor, after the site visit and during the bidding process, shall have assessed condition of electrical wirings being re-used and determine its suitability for re-use. The contractor shall comply with the latest version of the National Electric Code and local codes. Any deficiencies, solutions, and quote for the cost, shall have been presented during in the bidding processc. The contractor shall provide electrical hazard safety program in accordance to the latest OSHA regulations for the duration of the projectd. The contractor shall comply with current OSHA and local code requirements for safe lift of all equipmente. The contractor shall provide temporary cooling and heating necessary for the affected area such as to maintain comfort for working personnel and most importantly to keep critical and essential FAA electronic equipment substantially cool..2. Preparatory Worka. Contractor shall coordinate all activities, especially in any Air Traffic work areas affected, with the R.E. (Resident Engineer) or C.O.T.R. (Contracting Officer Technical Representative)..3. Remove All Exterior Ductworka. Remove all insulationb. Remove duct, inspect all roof curbs and fire/smoke dampers for physical condition and suitability for reuse. Repair roof curbs to seal any leaks and cover from weather...4. Remove AHU-4, the roof mounted Unitary Air Conditionera. Disconnect powerb. Shut off and disconnect gas pipingc. Remove other non-asbestos containing insulation and ductd. Remove Unitary Air Conditioner 5. Install Unitary Air Conditionera. Install necessary vibration isolators and seismic restraints on equipment supportsb. Install equipmentc. Install power wiring d. Install gas piping with new gas regulator and isolation valvese. Install supply and return ducts 6. Install Exterior Ductworka. Install leak-free stainless steel duct with necessary expansion joints. Pitch duct as required by the insulation manufactureb. Install rigid and expansion mounts, including necessary vibration isolators and seismic restraintsc. Install exterior insulation 7. Install Fire and Smoke Damper on all Roof Curbsa. From the inside of the building remover the interior duct to expose the Fire Smoke Dampers beneath the roof curbsb. Install fire and Smoke Damper and connect all power and control connections to damper motorc. Reinstall interior ducts 8. Replace Humidifier HUM-1 serving the ATCT Caba. Disconnect power to old humidifier an disconnect water line and steam hosesb. Replace steam sparger assembly in duct and connect new steam hosec. Install new humidifierd. Reconnect power and supply water, steam hose and draine. Install new duct humidistat and connect to humidifier 9. Replace the DDC System with an Open DDC Systema. Remove all control components and controllers and work station of the existing DDC Systemb. Remove all control wiring. Reuse conduits as practically possible otherwise run new conduit for new control and power wiringc. Install all necessary components for the new DDC system 10. All wiring and grounding requirements shall be per the latest National Electric Code (NEC 2008) and FAA Spec C-1217f. Provide new wiring is existing power wiring if required or unsafe To obtain a copy of the solicitation, you must submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to the Contract Administrator, Mr. Dennis Shub/Acentia at 847-294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business January 05, 2012. The estimated price range is between $250,000.00 and $500,000.00. 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 NAICS Code is 238220 THERE WILL BE A MANDATORY SITE VISIT DATE AND TIME WILL BE ANNOUNCED IN THE SOLICITATION. 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-12-R-00077/listing.html)
 
Record
SN02642114-W 20111221/111219234733-6762c7077dadffaa9351ee86e70718d7 (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.