SOLICITATION NOTICE
Z -- A/C Units Replacement at O'Hare International Airport Surveillance Radar Facility, Chicago, Illinois
- Notice Date
- 11/18/2015
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Chicago, IL)
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-16-R-00043
- Response Due
- 12/16/2015
- Archive Date
- 12/16/2015
- Point of Contact
- Irene Medina, irene.medina@faa.gov, Phone: 847-294-8309
- E-Mail Address
-
Click here to email Irene Medina
(irene.medina@faa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This project consists of replacing the two primary A/C units at the O Hare International Airport Surveillance Radar (ASR) facility located in Chicago, Illinois. The existing primary A/C units are two, 20 ton, A/C units. The two new primary A/C units shall be 25 ton each. The two existing primary units are mounted on an existing, ground supported, and structural steel support frame. After removing the two existing primary A/C units, the contractor shall install the two new primary A/C units on the existing steel support frame. Existing room thermostats shall be replaced with new room thermostats. 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 A/C unit #1 and A/C #2. 2) Remove and dispose of existing A/C unit #3 and associated ductwork to the point where it merges with A/C unit #4. 3) Replace one of the compressors with new on A/C unit #4. The compressor shall be high efficiency with crankcase heater. The capacity shall be 7.5 ton. 4) The Contractor shall recover and recycle all existing freon/CFC from units A/C #1, 2 and 4 refrigerant systems. 5) Replace two (2) 4 diameter cracked vertical posts, supporting platform, with concrete base as shown on reference drawing GL-D-1867-A01. Furnish and install two new outdoor, electrically controlled air conditioning units. The new two 25 ton A/C units shall be mounted on the existing structural steel support frame. The 25 ton A/C units shall discharge supply and return air vertically as shown on the project drawings. Each A/C unit shall have a nominal cooling capacity as shown on the project drawings. Each A/C unit shall be equipped with two refrigerant circuits, each with 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, economizer power exhaust fan, and economizer gravity exhaust dampers. 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. For the 25 ton A/C units: 1) Modify existing steel support frames and bar grating as required to accommodate new A/C units. The Contractor is responsible for verifying that there is sufficient clearance to install the new A/C units supplied. 2) Replace 20 feet of existing supply exterior ductwork, dampers, turning vanes and Unistrut duct supports with new (at the point ductwork entering the building). New ducts shall match existing duct sizes. Modify duct design as required to accommodate the new A/C units. The exterior surface shall be coated with two coats of duct sealer. Sealer specifically designed for duct weatherproofing shall be used and applied per manufacturer s recommendations. Total coating thickness shall be a minimum of 10 mils. 3) Upgrade existing power supply from power panel EPA from 100 Amps to 150 Amps for the two (2) new HVAC units. This will require replacing existing 100 Amp fuses with 150 Amp fuses. The contractor shall reconfigure power panel EPA as necessary for this power supply upgrade. The contractor shall supply and install any material necessary to upgrade the HVAC power supply (such as 200 AMP fuse buckets etc.) The contractor may use any spare existing buckets as necessary to upgrade and/or reconfigure the panel as necessary. Existing wiring from panel EPA to the HVAC units shall be replaced with #1 THHN wires for powers and #2 THHN wires for ground wires. 4) Clean existing ducts according to 15999. 5) Furnish and install factory non-fused electrical disconnects in each of the two (2) new HVAC units complying with NEMA 3. The disconnect switches shall have a rigid plastic or non-ferrous label showing the units name (A/C-1 or A/C-2), and the voltage and phase (208 V 3 PH). The 2 existing disconnect switches shall be provided to the FAA Contracting Officr s Representative (COR). 6) The contractor shall test the 2 new A/C units, balance the air distribution and provide 4 copies of a written report of the test and balancing work. 7) The contractor shall provide four copies of the factory maintenanc manuals for the new A/C units and a copy of the manufacturer s warrantee to the FAA RE. The Contractor shall demonstrate to FAA personnel the operation of the new HVAC units and controls. 8) The contractor shall provide all necessary equipment, labor and material for a complete installation. 9) The contractor is responsible for disposal of all waste materials resulting from the work being performed including disposal of the two old HVAC units. 10) The existing units are York D2CE240A25CFTA. Proposed new units York ZJ300C00B2LBA1 will not rquire any modification to the existing duct connection. Contract performance time is 30 calendar days, with an anticipated start date of March 8, 2016. The estimated price range for this procurement is between $100,000 and $250,000. Contractors must submit their interest in subject project on company letterhead and should include the firm's name, address, telephone number, fax number, email address, and point of contact. Please submit your request to the attention of Irene Medina, to email address: irene.medina@faa.gov. 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/23003 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-16-R-00043/listing.html)
- Record
- SN03948921-W 20151120/151118234255-adbb6262430d9c6fb23ed1c5a0fd342f (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 |