Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
MODIFICATION

Z -- Walla Walla District Headquarters HVAC and Server Room Upgrades

Notice Date
3/10/2015
 
Notice Type
Modification/Amendment
 
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-SS24
 
Response Due
3/16/2015
 
Archive Date
5/3/2015
 
Point of Contact
Jani C Long, Phone: 509-527-7209
 
E-Mail Address
jani.c.long@usace.army.mil
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Walla Walla District Headquarters HVAC and Server Room Upgrades. The work is located at the US Army Corps of Engineers District Office Building in Walla Walla, Washington. 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. A) 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. B) A reference list for each of the projects submitted in #1 below. Include the name, title, current phone number and email address. C) 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. D) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E) Provide your firm's bonding capacity. A statement from your surety is NOT required. F) Cage Code and DUNS number. Submit this information to Jani Long, Contract Specialist, via email to Jani.C.Long@usace.army.mil. Your response to this notice must be received on or before 3:00PM on March 16, 2015. Summary of Scope of Work: 1) HVAC System upgrades: Replace an existing water source heat pump system and associated ductwork with similar equipment to serve a three story, 94,177 square foot building. The major system equipment consists of 117 water source heat pump ceiling units ranging in size from 1 to 8 tons, a cooling tower, and heat exchanger. The building MUST remain occupied during construction therefore an environment suitable for office work must be maintained by the contractor throughout construction. Key work includes demolition and replacement of the existing equipment and ductwork, installation of new dedicated outdoor air units and plants in the plenum space, and installation of new redundant unitary systems for a newly enclosed server room. Contractor will be responsible for modifications to the existing fire sprinkler system during construction and will be required to follow all NFPA codes for life safety, including implementation of a fire watch. 2) Direct Digital Controls upgrade: All HVAC components, including those not replaced by the contract, must be integrated into a centralized Building Automation System (BAS) using Direct Digital Controls. The BAS will be capable of basic troubleshooting and maintenance functions as well as centralized control of the equipment and environmental parameters using the LONworks or BACNet system protocol. 3) Enclosed Server equipment area: Construct fire rated infill partition walls to enclose and isolate the 400 sf server area from the adjacent open office area. This area has an existing raised floor which shall be maintained. The partition walls will be comprised of a mix of metal stud with gypsum board assembly as well as an aluminum storefront door and window assembly. Relocate and/or add wet sprinkler fire suppression heads in newly partitioned areas. Relocate the existing server Uninterruptible Power Source. Several existing floor boxes will be removed and others will be relocated with new with receptacles. 4) Special Requirements: A mobile crane will be required for the replacement of the rooftop cooling tower. The roof is approximately 45 feet above adjacent grade. 5) Contractor Access and Work Hour limitations: The office building will be occupied throughout the duration of the project, and office furnishing (such as cubicles, file cabinets, and copiers) will not be removed. Normal business hours for US Army Corps personnel will be 6:00am to 6:00pm Monday through Friday. Personnel in the work area will not work Fridays. On-site construction activities will be limited to nights and weekends as follows: Monday 6:00 pm - Tuesday 6:00 am (nights) Tuesday 6:00 pm - Wednesday 6:00 am (nights) Wednesday 6:00 pm - Thursday 6:00 am (nights) Thursday 6:00 pm - Monday 6:00 am (3-day weekends) 6) All on-site work must be completed within 365 calendar days from mobilization to the job site and will be broken into four distinct phases. On-site construction is estimated to begin on March 1st, 2016. 7) Provide HVAC Maintenance Services during the on-site construction activity period identified in Paragraph 6, and for 1 year following the final acceptance of work.. The contractor will service and maintain all existing and newly installed HVAC systems, keeping them in good working condition. Additional information: All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years experience in construction safety on similar projects, shall have completed the 30-hour OSHA Construction Safety training within the last 5 years, and shall have completed at least 24 hours of formal safety training each year for the past 5 years. Perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. Establish and manage an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5 years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled quote mark Construction Quality Management for Contractors quote mark within the last 5 years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various forms of information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor-furnished submittals for items such as preconstruction plans, product data, test reports, and contract closeout documentation as required by the technical specifications of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS24/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03662666-W 20150312/150310234926-afe338fb8b1d09f8f9b91aedf8e4b0af (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.