SOURCES SOUGHT
41 -- US Army Corps of Engineers, Galveston District, Jadwin Building Boiler Replacement in Galveston County, Texas.
- Notice Date
- 4/18/2012
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-12-S-0010
- Response Due
- 4/30/2012
- Archive Date
- 6/29/2012
- Point of Contact
- Lucille Smith, 409 766-3845
- E-Mail Address
-
USACE District, Galveston
(lucille.r.smith@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORAMTION. The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses under the size standard for the NAICS Code 238220/Business Size $14 Million, including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and Hubzone firms. This action requires the contractor to provide material, labor, and equipment to upgrade the heating water system and domestic water system for the US Army Corps of Engineers, Galveston District, Jadwin Building located on the Fort Point Reservation, 2000 Fort Point Road, Galveston, Texas. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government. The order of magnitude for this effort is estimated between $250,000 to $500,000. Project Information: SCOPE OF WORK - HEATING WATER SYSTEM 1. Remove two (2) existing Peerless boilers, pneumatic boiler control panel, flue gas ductwork, and remaining boiler specific accoutrements. Remove existing heating water supply and return piping in this room up to the gate-valves in the riser. Remove remaining existing heating water valves, strainers, air separator, etc. Remove all heating water supply and return piping insulation located in the boiler room penthouse. Cap all connections when not in use. Support any piping/items during construction as to not damage piping/etc. 2. Remove existing feed water supply piping from boilers to nearest isolation valves. Exercise all system valves in the boiler room and replace if necessary. 3. Remove existing natural gas supply piping from boilers to nearest isolation valves. Exercise all system valves in the boiler room and replace if necessary. 4. Remove existing heating water pumps and motors, associated piping, and associated electrical starters/wiring. 5. Remove existing heating water chemical treatment tank, associated piping, and valves. 6. Existing boilers controls are pneumatically controlled. Contractor is to remove the pneumatic boiler controllers pertaining to the boilers to the nearest distribution block or source and leave the remaining pneumatic system in-tact. Other portions of the building still utilize the pneumatic system. 7. Install two (2) new condensing type natural gas boilers on existing housekeeping pads, complete with boiler manufacturers recommend control panel, and integrate the system into the Jadwin Building's existing Tracer Summit automated control system in a lead/lag configuration as per the original design. The Condensing boilers shall be a minimum of 87% efficient at full fire with 160-degree F return water temperature and 97% efficient with 80-degree return water temperature. Boilers shall have a minimum of 10-to-1 flame turndown ratio. Boilers shall be installed with control and isolation valves, strainers and all accoutrements recommended by the boiler manufacturer. Install new electrical wiring, hand-off-auto switches and control wiring utilizing new control valves and electric actuators. 8. Install new heating water piping per boiler manufacturers recommendation for a two (2) boiler, two (2) pump system. Connect new piping to/from the existing heating water supply and heating water return piping connections which were to remain. Boilers shall be controlled by electrically actuated automatic control valves. Valves shall be controlled by the boiler control panel and Tracer Summit system and will direct all flow through one boiler and one pump until the second boiler/pump is called upon. 9. Install two (2) new heating water pumps and premium efficiency electric motors. Size pumps and motors per original building design drawings. Install new piping, fittings, valves, strainers, etc and any other items recommended by the pump and/or boiler manufacturer. Install new electrical starters with hand-off-auto switches, new electrical wiring from starters, and control wiring for the pumps and sensors to/from the new boiler control panel. Integrate the existing Tracer Summit building management system. Reuse pump isolation pads if possible. Coordinate prior to disassembly. 10. Install new air-separator, drain piping, and associated valves. Install per boiler manufacturer's recommendations referencing the site and Appendix A as necessary. 11. Install new expansion tank, piping, and associated valves. 12. Install new feed water system per code and including all boiler manufacturers recommended accessories utilizing existing water piping. 13. Insulate the entire heating water piping/pump system in the boiler room using a minimum of one (1) inch thick insulation, similar to what was removed. Insulation is to be white in color and shall match the currently installed heating water piping insulation in performance, color, and appearance. All new and existing piping, new and existing valves and fittings, etc are to be insulated. 14. Reconnect any other system and/or connection which needed to be disconnected to perform the work above using new piping/fittings as necessary. 15. Install new heating water chemical treatment tank, associated piping and valves per original design. Paint piping and chemical existing painted pipes/surfaces in this room. 16. Thoroughly flush the entire heating water piping system (throughout the entire building) to eliminate existing debris/slag in the heating water piping by utilizing temporary connections at in the boiler room. Clean all heating water strainers throughout the building, including strainers at VAV reheat coils, to prove piping is free of debris prior to installing the new boiler system. 17. Initially treat newly finished boiler water system according to recommendations by the facility manager. SCOPE OF WORK - DOMESTIC WATER SYSTEM 1. Disable any ancillary system throughout the building which relies on the operation of the domestic water system. 2. Remove existing domestic water pump control panel and associated pressure/water lines. 3. Valve-off the main water source to the building. 4. Remove three (3) domestic water pumps which include two (2) primary and one jockey pump. Remove existing inlet and discharge piping, check-valves valves, gate and/or ball valves, isolation joints, strainers, reducers, pressure gauges, etc. 5. Install new pumps with premium high-efficiency motors. Pumps and motors are to be selected per the original design drawings and shall meet pressures and flow-rates of the original design. Reuse isolation pads if possible. 6. Install new gate and/or ball valves, close valves which supply water to the pumps, and valve-on the water source to the building. This is to be done as quickly as possible as this water also feeds the fire suppression system. 7. Install new piping in the same arrangement as it was removed with the same accessories (check valves, isolation joints, gauges, etc.) The existing piping arrangement does not precisely match the design-drawings as it has been adapted for various water treatment options. The new pumps, piping and valve arrangement shall incorporate all systems which are currently installed. 8. Install new water pump control panel using programmable logic controllers. The control panel will utilize electric pressure sensors to control the three pumps. The Contractor shall verify the functionality of the existing domestic water pressure tank. The Contractor will be required to (a) commence work under this Contract within 10 calendar days after the date of acknowledgment of Notice to Proceed, (b) prosecute the work diligently, and except for As-Built Drawings (c) complete the work not later than 120 calendar days after the date of acknowledgment of Notice to Proceed. If the Contractor fails to complete the work within the time specified, the Contractor shall pay liquidated damages to the Government in the amount of $256.00 for each day of delay until the work is completed or accepted. If you can meet all of the requirements for this project, please respond to this sources sought announcement by fax, e-mail, or mail to the attention of Lucille Smith, (409) 766-3845, Fax (409) 766-3010, lucille.r.smith@usace.army.mil, 2000 Fort Point Road, Galveston, Texas 77550. Responses must be received no later than 11:00 A.M. Central Standard Time, on April 30, 2012. The following information is requested: 1.Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2.Name of firm w/address, phone, fax, e-mail address, and point of contact. 3.State if your company is a Small Business, SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business. 4.State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). 5.Please indicate whether your firm will submit a bid for this project, if this project is set-aside for Small Business, 8(a), Hubzone Small Business, or Service Disabled Veteran-Owned Small Business. 6.Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in; upgrading heating water systems and domestic water systems. Provide documentation for your firm on past similar efforts as a prime contractor. 7.Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact: Mr. Richard Schrank at (409) 766-3958, or Mr. Jesse Boyer at (409) 766-3060.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-12-S-0010/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN02725607-W 20120420/120418235920-a883097bc060ed45b464ad82528e2b34 (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 |