SOURCES SOUGHT
Y -- Dworshak Powerhouse HVAC Upgrades
- Notice Date
- 11/6/2014
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-15-R-SS08
- Response Due
- 11/17/2014
- Archive Date
- 1/5/2015
- Point of Contact
- Elaine M. Vandiver, 509-527-7221
- E-Mail Address
-
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Dworshak Powerhouse HVAC Upgrades. The work is located at Dworshak Dam in Clearwater County, Idaho. This will be a firm-fixed-price construction contract. The magnitude of construction is between $1,000,000 and $5,000,000 and 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238220 and the associated small business size standard is $15,000,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. 1) A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A reference list for each of the projects submitted in #1 above. Include the name, title, phone number and email address. 3) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. 4) Provide a statement that your firm intends to submit an offer on the project when it is advertised. 5) Provide your firm's bonding capacity. A statement from your surety is NOT required. 6) Cage Code and DUNS number. Submit this information to Elaine Vandiver, Contract Specialist, via email to Elaine.M.Vandiver@usace.army.mil. Your response to this notice must be received on or before 3:00PM on November 17, 2014. Summary of Scope of Work: The work consists of upgrades to the existing centralized powerhouse HVAC system and related components including architectural demolition and construction in areas disturbed by HVAC renovation. Maximum outdoor air volume at the central unit is currently 44,000 cfm; capacity is to increase to approximately 48,000 cfm. The powerhouse at Dworshak contains three generators totaling 400 MW. The powerhouse is approximately 400 feet long. Work includes demolition and replacement of large outdoor intake louvers and dampers, rolling filter and accessories, a 350 kW SCR staged centralized resistance heater, a 12000 cfm unit conditioner with humidifier and cooling coil commissioning and balancing; extensive rehabilitation to and supplementation of several separate industrial exhaust systems, and finally demolition and conversion of the existing centralized pneumatic control system to digital. Some items associated with the existing HVAC systems are to be retained including cooling coils, pumps, valves, and an electrostatic precipitator. Electric resistance heating capacity consisting of distributed duct heaters is to be increased; additional comfort heating in the form of electric resistance heaters of various types/capacities totaling approximately 100 kW are also included. Upgrades will likely be required to the available electrical service. Upgrades to the Lobby are to include additional duct and thermostats serving future office space. Extensive upgrades to existing duct and new exhaust systems include other items such as a large return fan, shop welding exhaust hoods, various centrifugal supply and exhaust fans, duct, diffusers, louvers, dampers, and electric unit heaters. The existing pneumatic HVAC controls located throughout the powerhouse are to be replaced with a fully digital building automation system (BAS) consisting of a control network conforming to CEA-709.1; all replacement control technology is to be fully compatible with Lonworks non proprietary software as developed by Echelon Corporation. The anticipated control sequence will require a minimum of 100 points; anticipated sensors, thermostats, and humidistats total over 50. The project will involve architectural work related to the HVAC renovation. Demolition of an existing concrete masonry wall will be required for construction access to the Unit Air Conditioning Room. After HVAC renovation is complete, there will be construction of an elevator lobby and corridor in the adjacent stair lobby. This construction will require construction of fire resistance rated walls, replacement of existing vinyl tile flooring, installation of fire and smoke resistance rated doors, and replacement of existing acoustical tile ceilings. Other architectural work related to HVAC renovation include a minor amount of duct sealing, installation of new louvers and flashing on the exterior of the powerhouse, modification of existing doors to provide undercut panels, and the installation of a sliding steel bulkhead door. Existing ceilings disturbed during HVAC demolition and construction will be replaced with new systems, all surfaces disturbed during HVAC demolition and construction will be repaired. Some of the work will require the use of a rubber tire crane for installation of large mechanical items to be installed via existing roof opening at the Unit Air Conditioning Room. Contractor will also be required to provide a complete technical data package upon project completion consisting of drawings, test reports, manuals, and other related data.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS08/listing.html)
- Place of Performance
- Address: Dworshak Dam and Reservoir 1428 North Fork Drive Ahsahka ID
- Zip Code: 83520
- Zip Code: 83520
- Record
- SN03567953-W 20141108/141106234342-d4606bdd6aba4d27214afb32e08ff407 (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 |