Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

41 -- Upgrade L-Building Laboratory Controls, NIOSH West Virginia. - JOFOC

Notice Date
4/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
75D301-18-Q-68276
 
Archive Date
5/25/2018
 
Point of Contact
Diane J Meeder, Phone: (412)386-4412
 
E-Mail Address
DMeeder@cdc.gov
(DMeeder@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
JOFOC- J&A NOTICE OF INTENT TO ISSUE AN ORDER/CONTRACT. The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), Morgantown, West Virginia intends to issue a contract to Beckman Control Systems, Inc., 1200 Cuddy Lane, Cuddy, PA 15031. The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), has a requirement for the Upgrade of L-Building Laboratory Controls at NIOSH West Virginia. NAICS code 238220 with a small business size standard of $15 million. BACKGROUND The existing laboratory controls in the L-Building at NIOSH Morgantown are obsolete and are in need of upgrades and/or replacement. PURPOSE The purpose of this procurement is to upgrade and/or replace the existing heating, ventilation, and air conditioning (HVAC) controllers, valves, and associated equipment in the laboratories on the 2nd, 3rd, and 4th floors of the L-Building at NIOSH Morgantown. SCOPE OF WORK The Contractor shall provide all labor, materials, equipment, engineering, programming, start-up, and supervision to upgrade the existing Phoenix Controls and Johnson Controls equipment in the L-Building laboratories. The upgrade and/or replacement equipment shall include, but is not limited to, new Distech Eclypse controllers, Phoenix Celeris C2 valve upgrade kits, Phoenix Celeris C2 valves with electric actuators, occupancy sensors, fume hood monitors, temperature sensors, 2-way pressure independent reheat valves with Belimo electric actuators, discharge air sensors, power supplies, and transformers. Estimated quantities of key materials are as follows: Distech controllers 63.00 Occupancy sensors 63.00 10" Phoenix valves 4.00 12" Phoenix valves 201.00 12" Phoenix dual valves 6.00 12" Phoenix triple valves 2.00 Fume hood monitors 50.00 Temperature sensors 63.00 Transformers 143.00 Reheat valves 92.00 Discharge Air Sensors 92.00 Power Supplies 65.00 The material quantities shall be field verified by the Contractor. TASKS TO BE PERFORMED The Contract shall perform the following tasks: • Upgrade all existing Phoenix supply air valves from pneumatic analog to fully electric Celeris C2. • Upgrade all existing Phoenix fume hood valves from pneumatic analog to fully electric Celeris C2. • Replace all existing Phoenix general exhaust valves with fully electric Celeris C2 valves. • Replace all existing Phoenix snorkel exhaust valves with fully electric Celeris C2 valves and install an in-duct blade damper with remote control switch. • Replace all existing 3-way reheat valves with 2-way pressure independent reheat valves with Belimo electric actuators. • Upgrade the fume hood monitors. • Replace all existing Johnson Controls PHX room control panels with Distech Eclypse controllers. • Install occupancy and light level sensors in each laboratory. • Install Distech Eclypse controllers on six (6) variable air volume (VAV) boxes. • Engineering of wiring diagrams, programming, and start-up. MINIMUM VENDOR QUALIFICATIONS AND LEVEL OF EFFORT The engineering, programming, and start-up services shall be accomplished by personnel that have an in-depth knowledge of Distech controllers, Phoenix Controls systems and software, and have current Niagara 4 Technical Certification. The Contractor staff shall have experience with: Distech controllers, Phoenix Controls systems and software, Celeris 2 valves, BACnet interface with Siemens Building Automation System, and shall demonstrate a history of successful Distech Controls and Phoenix Controls installation, engineering, programming and start-up services. --------- This project is supported by a Justification for Other than Full and Open Competition (JOFOC) to Beckman Control Systems, Inc., under authority of FAR Parts: 13.106-1(b), 13.501(a), 41 U.S.C. 1903, and 41 U.S.C 3304(a)(1). All vendors must be registered in the System for Award Management (SAM) at www.sam.gov, prior to an award of a federal contract. This is not a request for competitive quotations; however, the Government will review any/all product, capabilities, and pricing information submitted prior to the closure of this notice. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responsible sources that believe they possess the expertise and capabilities identified above are hereby afforded the opportunity to submit to the Contracting Officer within 15 days from the posting date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward product and pricing information to Diane Meeder, Contracting Officer, CDC, OAS, through email at Dmeeder@cdc.gov. If no affirmative responses are received by the due date, in accordance with FAR Parts 12, 13 and 13.5 an order/contract and/or negotiations will be conducted with Beckman Control Systems, Inc., 1200 Cuddy Lane, Cuddy, PA 15031. Any responses should be emailed to Diane Meeder at DMeeder@cdc.gov by May 10, 2018 at 2:00 P.M. ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/75D301-18-Q-68276/listing.html)
 
Place of Performance
Address: NIOSH, 1095 Willowdale Rd, Morgantown, West Virginia, 26505, United States
Zip Code: 26505
 
Record
SN04901241-W 20180427/180425231034-73ccee5ebf90319773bfc12013ffbbba (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  © 1994-2020, Loren Data Corp.