Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 16, 2013 FBO #4222
SOLICITATION NOTICE

Z -- THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT - Replace Building Automation System (DDC System)with open protocol DDC system, Air Traffic Control Tower, Chicago-O'Hare Int'l Airport, Chicago, Illinois

Notice Date
6/14/2013
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-52 CN - Central Service Area (Chicago, IL)
 
ZIP Code
00000
 
Solicitation Number
DTFACN-13-R-00240
 
Response Due
6/28/2013
 
Archive Date
6/28/2013
 
Point of Contact
Melody McGovern, melody.mcgovern@faa.gov, Phone: 847-294-7347
 
E-Mail Address
Click here to email Melody McGovern
(melody.mcgovern@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT - The FAA is seeking experienced firms to enter into a fixed-price contract to Replace Building Automation System (DDC System) serving the entire facility s Environmental System with open protocol DDC system to include but not be limited to testing and balance of air and liquid, tie-in to fire protection system, and damper cleaning for the ATCT located at the Chicago O Hare International Airport, Chicago, Illinois. SCOPE: The project intent is to provide an open system for the facility to allow the facility personnel to have programming capability (without special programming knowledge) and access to interchangeable replacement components(without having to purchase the component from the specific control company or installer) to be able to independently set-up their optimal environmental system control and maintain it. 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.Prerequisites a.The contractor, after the site visit and during the bidding process, shall have assessed condition of electrical or environmental control 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 process and not after. 2.Replace the DDC System with a Lon-based completely Open DDC System and provide control tie-in to all HVAC equipment in the facility. Replacements activity is preferably done on one subsystem at a time to not interrupt or at worse cause minimal interruption to the area affected. (Activities suggested below may not be in the order they are provided.) a.Replace all control components (actuators, sensors, controllers, transmitters, etc) b.Clean all motorized dampers, prior to installing new actuator. c.Replace all control wiring and power wiring associated with the DDC system. Replace all wiring chases (conduits). See Scope Notes below. d.Incorporate all existing H-O-A panels into the new DDC system. e.Provide replacement of all panel mounted LCD interface. f.Provide plug-in access for Portable Operator Workstation on all control panels. g.Replace all duct mounted smoke detectors with same or that approved for use with the Fire Protection System. h.The old operator work station will be in operation as well as the new operator workstation until the very last subsystem is wired is switched-over to the new. i.Provide 24 hour on-call service during installation to maintain a stable environmental control for the critical systems of the facility. j.Provide field tests and performance verification tests for acceptance. 3.Provide monitoring of Engine Generator (E/G) Control Panel. Submit control drawing for approval and provide as-built control drawings prior to completion of project. Provide Status from two E/G sets and E/G power or commercial power from the Automatic Transfer Switches (ATS). 4.Coordinate with facility s Fire Alarm Panel Servicer for all panel terminations and testing such as on the Stair Pressurization Fan System. 5.Test and balance air and water flows. 6.All wiring and grounding requirements shall be per the latest National Electric Code and FAA Spec C-1217f. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS TO BE CONSIDERED QUALIFIED. Offer range is between $500,000 and $1,000,000. Contract performance time is 180 calendar days. The Request for Offer is anticipated to be available by the end of July timeframe. Anticipated construction start will be as soon as possible after award. To obtain a copy of this solicitation, please submit a letter of interest on company letterhead to include the firm s name, address, e-mail, phone number and point of contact by no later than June 28, 2013 to the Contracting Officer listed above at melody.mcgovern@faa.gov. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded this contract must have an active registration in the System for Award Management (SAM). Contractors can register at www.sam.gov. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. The standard industrial classification (SIC) code for this acquisition is 236220. "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 a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14384 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00240/listing.html)
 
Record
SN03089734-W 20130616/130614234359-9b2f1a6c47be87ece6793e42226d62d6 (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.