Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOURCES SOUGHT

99 -- Dental and Mechanical Equipment Install and Repair

Notice Date
5/30/2012
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A4MD2108A001
 
Archive Date
6/5/2012
 
Point of Contact
Peter Burke, Phone: 7017473023, Jeremiah J Snedker, Phone: (701) 747-5299
 
E-Mail Address
peter.burke.2@us.af.mil, jeremiah.snedker@us.af.mil
(peter.burke.2@us.af.mil, jeremiah.snedker@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION OF SERVICES Remove/replace dental vacuum system, all HVAC controls, and return fan variable frequency drive. Remove all electrical junction point in Room1043. Repair 4 pumps. Repair and connect air compressor to Energy Management Control System (EMCS). The contractor shall provide all management, tools, supplies, equipment and labor necessary to install and repair mechanical equipment to include: Dental Vacuum Pump System: Design and install new dental vacuum system. The new system shall have a 50 gallon RAMVAC 590053 collection tank (shall include an auto-wash) or equal, HG5-HV amalgam separator and filter (shall include an auto-wash) or equal, two Bison 7 RAMVAC 826E0800.1 vacuum pumps (including an S-Type RAMVAC 3270 exhaust filter for each) or equal, S1 RAMVAC 8-600-131 vacuum stabilizer control kit or equal, and any necessary electrical controls. The system must accommodate the max capacity for the dental flight, which operates 12 dental chairs. The controls shall communicate with the existing EMCS software, Honeywell XBS/EBI, to allow for proper load shedding and monitoring. Communication will consist of start/stop, status, monitoring of vacuum pressures, alarms, and ability to control which pump runs. All applicable points shall be two-way communicable and seamlessly integrate with the same graphic interface as Honeywell XBS/EBI. The contractor shall remove all existing facets of the current vacuum pump and locate the new pump in the current location. Contractor shall remove and dispose, at their expense, all removed equipment off base. The contractor shall provide start up materials and equipment for the vacuum pump to ensure functionality. HVAC Controls: Remove and replace HVAC EMCS controls for chillers, pumps, air handling units, and variable frequency drives (VFDs) located in room 1043. New controller shall have all applicable facets such as a zone manager, communication's card, and all inputs/output cards (both analog/digital). The new controls must seamlessly communicate with the current EMCS system, Honeywell XBS/EBI. The controls shall allow for proper two way control of all 'points' addressed in system, such as on/off controls and status. Contractor shall locate the new controls inside the existing controls cabinet located in room 1043. Variable Frequency Drives (VFD's): Remove and replace the VFD for the return air fan located in room 1043. The new VFD shall connect to the existing EMCS system, Honeywell XBS/EBI. Communication shall include start/stop, status, alarms, and scheduling. All applicable points shall be two-way communicable. The new VFD shall have all the electrical components, motor starter and disconnect-hand/off/auto, self contained or 'all-in-one' in the new unit. Inspect and provide a written report to Medical Treatment Facility (MTF) Facility Manager any damage of the VFD for the supply fan located in room 1043. Air Compressor: Connect the existing air compressor control board to the existing EMCS system, Honeywell XBS/EBI. Controls shall include status, start/stop for each compressor, alarms, along with air pressure. All applicable points shall be two-way communicable. Repair and replace any damaged components found in the air compressor control panel. Pumps: Inspect the 4 pumps located in room 1043. Each pump shall have a complete electrical inspection completed to ensure reliability. Correct any vibrations, loose fittings, or damaged parts found. This includes couplers, pump seals, electrical components, and bolts/screws. Electrical: Inspect and repair all electrical components located in room 1043. This includes motor starters, outlets, junction boxes, and electrical panels. All four motor starters located in room 1043 shall have contact blocks replaced to ensure reliability. Hardware and Software Requirements: All required hardware and software will be provided by installer to run dental vacuum system and HVAC equipment. Work to be performed will be within the North American Industry Classification System (NAICS) Code 238290 Other Building Equipment Contractors and the small business standard of $14,000,000.00. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to SSgt Peter Burke Jr. and Jeremiah Snedker via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, fax to (701) 747-4215, or email to peter.burke.2@us.af.mil and jeremiah.snedker@us.af.mil, not later than 1:00 PM CDT, 4 Jun 2012. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-3023 or (701)747-5299 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant installation and repair of mechanical equipment experience to include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to three (3) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Woman Owned, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on the Federal Business Opportunities website: https://www.fbo.gov/ This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A4MD2108A001/listing.html)
 
Place of Performance
Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58205-3436, United States
Zip Code: 58205-3436
 
Record
SN02760765-W 20120601/120530235109-17a2a8d8bcc75690d985ae83990274d7 (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.