Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

Z -- FT Hall HVAC improvements - Project Location Map

Notice Date
7/22/2016
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
16-102-SOL-00020
 
Point of Contact
John W Fannon, Phone: 2066152753, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Infectious Control Assessment Plans and Specs Project Locaton Map Purpose: This synopsis is issued to provide a notice to the public on information applicable to the Indian Health Service (IHS). Project name is "FT Hall HVAC Improvements." Location of the project is the Not-tsoo Gah-nee Indian Health Center (Fort Hall Service Unit) 717 Mission Road, Fort Hall, ID 80203-0717 Authority: IHS (DES) Seattle is issuing this synopsis in accordance with FAR Part 5.204 Pre-solicitation Notices. Description: This is a Pre-solicitation notice. The RFP will be available on or around 8/5/16, on www.fbo.gov, under this solicitation number: 16-102-SOL-00020: A Sources Sought was issued on 6 July 2016, in order to conduct Market Research. The proposed contract listed here is 100 percent set-aside for Small Business concerns. The Government will only accept offers from certified Small Businesses. All other firms are deemed ineligible to submit offers. This is not a solicitation announcement for proposals, and no contract will be awarded from this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The following work includes, but is not limited to the below Draft Statement of Work (SOW) DRAFT Statement of Work I.Overview A.Site Location Not-tsoo Gah-nee Indian Health Center (Fort Hall Service Unit) 717 Mission Road Fort Hall, ID 80203-0717 The project site is approximately 10 miles north of Pocatello, ID. The GPS coordinates of the Clinic are 43.0269°N 112.4278°W. See the attached location map. B.Problem Statement The HVAC and controls at the Not-tsoo Gah-nee Indian Health Center (service unit) are aging and in need of upgrades and improvements. Specifically efficiency improvements and new controls are being prioritized to provide a reduction of system energy use intensity and optimization of the existing building systems. The IT server room dedicated cooling system is in need of replacement and is to be addressed under this project as well. C.Objective The improvements will result in reduction of system energy use intensity and optimization of the existing building systems. In addition, improvements will upgrade the existing water cooled air conditioner in the facility's server room to an air cooled condensing unit. Option Contract Line item Numbers (CLINS) have been identified to replace the existing boilers and pumps and to provide a means to air condition an office (Room 185). D.Background The service unit was constructed in 1989 with a renovation project completed in 1991. The service unit is located on the Shoshone-Bannock Tribes and the Northwestern Band of Shoshoni Tribal community at Fort Hall, Idaho approximately 10 miles north of Pocatello, Idaho. A retrocommissioning project was completed in September 2014 which performed an in-depth analysis of the operation of the building systems to optimize processes, reduce energy usage, and improve occupant comfort. The retrocommissioning project also included Test, Adjust, and Balance (TAB) work. The results and recommendations of the retrocommissioning project were utilized to develop and guide the design process for the improvements proposed through this project. E.Work Summary The scope of work for the project will construct and install the following improvements. CLIN 0001: Base Items: 1. Replace existing supply and return fan motors of air handler unit (AHU) 1 and two chiller pumps with new design versions with variable frequency drive (VFD). 2. Upgrade the current direct digital controls (DDC) system with new user interface graphics and control sequences to interface with the boilers, chiller, AHUs, and VFDs. 3. Replace the water cooled air conditioner unit in the server room with a ductless/mini-split air conditioner system. Option Items: CLIN 0002: 4. Replace two existing natural gas boilers at the end of their expected useful life with new natural gas boilers incorporating new DDC system, piping and connections, and variable speed circulation pumps on boiler pumps 3 and 4. CLIN 0003: 5. Provide a hydronic modular radiant panel to condition room 185. II.Technical Requirements A.Codes, References, and Standards 1.Refer to the attached HVAC and Controls Improvements Technical Specifications and Drawings (Meier Architectural-Engineering) for applicable codes, references, and standards. B.Submittals 1.General a.The Contractor shall provide submittals for each of the categories indicated below. COR approval is required before proceeding with the portion of work to which each submittal applies. b.Closeout submittals need to be approved by the COR prior to final inspection. 2.Pre-Construction a.Detailed Construction Schedule including planned Demonstration and Start Up activities b.Safety and Accident Prevention Plan c.Construction Debris Disposal Plan d.Infection Control Risk Assessment 3.Materials and Products a.The Contractor shall provide submittals for the all items specified as "Action Submittals" (Division 23 - Heating, Ventilating, and Air Conditioning (HVAC)) and "Submittals" (Division 26 - Electrical) in the attached Fort Hall Service Unit HVAC and Controls Project Plans and Specifications (Meier Architectural-Engineering). b.COR will provide a submittal sheet for reference in preparing and providing submittals. The Contractor is responsible for all items identified in the aforementioned specifications and items not included in the submittal sheet do not preclude the Contractor from meeting submittal requirements. 4.Post-Construction a.The Contractor shall provide submittals for the items identified in the attached Fort Hall Service Unit HVAC and Controls Project Plans and Specifications (Meier Architectural-Engineering). Testing and training requirements are located in "Part 3 - Work Execution" sections of each of the specifications. b.If revisions to the Construction Schedule alter the planned Demonstration and Start Up activities the Contractor shall provide proposed activities dates a minimum of 14 days to prior to proposed dates. 5.Submittal Procedures a.Format for Submittals i.PDF electronic file or three (3) paper copies. a)Submittals must be fully legible or will be returned. ii.Place a label or title block on each submittal item for identification. iii.Indicate name of firm or entity that prepared each submittal on label or title block. iv.Each submittal must clearly indicate for which specification the item is being submitted and specifically which version/size/model is being submitted if multiple variants of products are included on the submittal sheet. v.Each submittal number shall be numbered using the associated Specification Section number followed by a decimal point and then a sequential number (e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.01.A). b.Processing Time: Allow time for submittal review, including time for resubmittals, as follows. i.Time for review shall commence on COR's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the work to permit processing, including resubmittals. ii.Initial Review: Allow 7 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. COR will advise Contractor when a submittal being processed must be delayed for coordination. iii.Intermediate Review: If an intermediate submittal is necessary, process it in same manner as initial submittal. iv.Resubmittal Review: Allow 7 days for review of each resubmittal (with the exception of Closeout Submittals as indicated above). B.Quality Assurance 1.Testing and inspecting services are required to verify compliance with requirements specified as indicated in the attached Fort Hall Service Unit HVAC and Controls Project Plans and Specifications (Meier Architectural-Engineering). 2.These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 3.Specified tests, inspections, and related actions do not limit Contractor's other quality assurance and quality control procedures that facilitate compliance with the Contract Document requirements. C.Material Specifications 1.Refer to the attached Fort Hall Service Unit HVAC and Controls Project Plans and Specifications (Meier Architectural-Engineering) for material technical specifications. D.Work Execution Requirements 1.General a.The contractor shall furnish all labor, personnel, material, equipment, tools, appliances, supplies, services, permits, insurance, supervision and facilities to make improvements to the Fort Hall Indian Health Center in accordance with the statement of work, drawings, and specifications referenced in the attached Fort Hall Service Unit HVAC and Controls Project Plans and Specifications (Meier Architectural-Engineering) and all other requirements included in this solicitation, amendments, and resultant contract. 1.Waste Management and Disposal a.Per Federal Executive Order 13514, it is the goal of this federal program and project to divert 50 percent (by weight) of all non-hazardous demolition waste and materials a."Divert" means redirecting materials that might otherwise be placed in the waste stream to recycling or recovery, excluding diversion to waste-to-energy facilities. b.Proof of the weight of materials diverted and wasted shall be documented and provided to the COR. c.The Contractor is given title to all project related materials and debris and is allowed to accrue cost savings from recycling and/or reuse offsite. b.Unless otherwise specified, all materials must be removed from the site and waste shall be disposed of off the reservation at an Idaho Department of Environmental Quality permitted landfill. E.Closeout Procedures 1.Refer to the attached Fort Hall Service Unit HVAC and Controls Project Plans and Specifications (Meier Architectural-Engineering) for required closeout submittals and reports. Closeout submittals typically consist of reports and test results of finished work, start up activities, and O&M manuals and warranty product data. Details of required closeout procedures, activities, and documentation can be found under "Part 3 - Work Execution" of each of the specifications. 2.Format a.Operations and Maintenance Manuals i.PDF Electronic File: Assemble each manual into a composite electronic file on digital media acceptable to the COR. ii.Paper Copies: In addition to the PDF Electronic File, provide three (3) bound and labeled hard copies of the Operation and Maintenance Manuals with a single, comprehensive directory and dividers before each title page. iii.Submit copies of Operation and Maintenance Manuals in advance of applicable demonstrations and trainings. The North American Industry Classification System (NAICS) Code is 238220­­ Plumbing, Heating, and Air-conditioning Contractors. Competitive Acquisition: This will be a competitive acquisition set-aside for small business participation. Contract Type: Indian Health Service intends to award a Frim Fixed Price (FFP) Construction Contract in support of this requirement. Disclosure of the Magnitude of Construction: In accordance with FAR 36.204, the estimated price range for this construction project is identified below: The magnitude of construction is between $100,000,000 and $175,000,000. Period of Performance: The Period of Performance will be 30 calendar days after notice to proceed. Bond(s): Offerors shall be required to submit a bid bond with their offer. Additionally, Payment and Performance Bonds in the amount of 100% of the contract value will be required to be submitted by the awardee within 10 calendar days of contract award. Disclaimer and Important Notes All respondents must register on the SAM located at http://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/16-102-SOL-00020/listing.html)
 
Place of Performance
Address: Not-tsoo Gah-nee Indian Health Center (Fort Hall Service Unit), Ft Hall, Idaho, 80203, United States
Zip Code: 80203
 
Record
SN04193077-W 20160724/160722234506-c0fa58cc15eae19af13362cef376de63 (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.