Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
DOCUMENT

Z -- Replacement of Two Primary A/C Units at the Duluth Int'l Airport Surveillance Radar (ASR) Facility, Duluth, Minnesota - Attachment

Notice Date
5/4/2015
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Chicago, IL)
 
Solicitation Number
DTFACN-15-R-00117
 
Response Due
5/8/2015
 
Archive Date
5/8/2015
 
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 project is considered a small business set-aside. The FAA is seeking experienced firms to provide all labor, material, equipment, tools, supervision and transportation to provide the scope of work as follows: SCOPE: This project covers the replacement of two primary A/C units at the Duluth International Airport Surveillance Radar (ASR) facility located in Duluth, Minnesota. The work includes, but is not limited to, the following: This project consists of replacing the two primary A/C units at the Duluth International Airport Surveillance Radar (ASR) facility located in Duluth, Minnesota. The existing primary A/C units are two, 15 ton, Split System units. The two new primary A/C units shall be 15 ton split system units. The two existing primary units are mounted on an existing concrete pads and structural steel supported ice protection grilles. The contractor shall install the two new primary A/C units on the existing concrete pads and ice protection grilles. The new A/C units shall be installed to operate with the existing control system. The existing control system allows only one primary A/C unit to operate at a time while keeping the other primary A/C unit on standby. The existing controls have the capability of automatically switching from operating one unit to operating the other unit in the event of primary A/C unit failure. The existing controls have the capability of designating either unit as the primary A/C unit and either A/C unit as the standby A/C unit. The project includes, but is not limited to, the following work items: 1) Remove and dispose of existing ACU 1 AND ACU 2. 2) The Contractor shall recover and recycle all existing freon/CFC from the two existing A/C unit ™s refrigerant systems. Furnish and install two new outdoor, electrically controlled air conditioning split system units. Each A/C unit shall be equipped with two refrigerant circuits, each with Copeland Scroll type, hermetically sealed compressor. Each A/C unit shall be equipped with low ambient controls that allow unit operation down to 0 deg F, and compressor crankcase heaters. Each A/C unit shall be equipped with a fully modulating economizer, economizer differential enthalpy control, economizer dampers, economizer damper hood, and economizer power exhaust fan/exhaust dampers. Existing economizer system shall be used to interlock with the new A/C units for free cooling. Each A/C unit shall be designed for 208V-3PH-60HZ power supply. The new A/C shall be compatible with the existing A/C control system. The contractor shall provide all necessary equipment, labor and material for a complete installation. The contractor is responsible for disposal of all waste materials resulting from the work being performed including disposal of the two old HVAC units. The entire exterior surface of all interior ductwork shall be coated with two coats of duct sealer. Replace existing refrigerant lines with new refrigerant ACR copper tubing with insulation. The estimated price range for this procurement is between $100,000.00 and $250,000.00. NAICS Code is 238220. The contractor awarded the contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov ANTICIPATED RELEASE OF RFO ON OR ABOUT MAY 25, 2015. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS. INTERESTED FIRMS MUST COMPLETE AND SUBMIT ATTACHED BUSINESS DECLRATION FORM ALONG WITH A LETTER OF INTEREST. General contractors must submit their interest for subject project on letterhead and include the firm's name, address, e-mail, phone number, fax number, and point of contact by no later than May 8, 2015, 4:00 p.m. (CST). Letter of interest may be sent electronically to melody.mcgovern@faa.gov. "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/20780 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-15-R-00117/listing.html)
 
Document(s)
Attachment
 
File Name: bus declar 2013 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/53208)
Link: https://faaco.faa.gov/index.cfm/attachment/download/53208

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03719427-W 20150506/150504235102-1a12a43565acafd3ea7e2b50b66ea22e (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.