Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

J -- Air Handler Refurbishment, Testing and Insulation

Notice Date
7/31/2020 12:26:05 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520Q2002
 
Response Due
8/6/2020 10:00:00 AM
 
Archive Date
08/21/2020
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) intends to award a contract on a sole source basis to Berkeley Building Company upon the basis of the authority provided at FAR 13.106-1(b)(1). ERDC-CRREL�s Engineering Resources Branch in Hanover, NH requires the refurbishment, installation and testing of twelve (12) air handlers in their Frost Effects Research Facility (FERF). This work is a continuation of services procured under contract W913E519C0005 which replaced the chillers on the FERF�s process cooling system. Now that the chillers are installed, the Contractor must perform the following follow-up services: 1. Refurbishment of each of the twelve (12) air handlers to include: Visually inspect electrical connections on blower motor, door actuator and defrost heater and repair if required; Replace belts; Inspect fan shroud and repair if required; Check blower motor and blower bearing, repair if needed; Grease both end and internal bearings, replace if needed; Inspect door linkage and lubricate if necessary; Remove inspection door; Visually inspect condensate to ensure system is working properly; Clean as required for peak efficiency. Test the units in live operation with chillers running, and repair any other identified deficiencies not to include replacement of electric motors, actuators, or fan shaft bearings. Ensure electrical defrost elements work correctly on all units. 2.� Specific Repair work on AHU #8 shall include: Replacement of the main electric motor. 3.� Specific repair work on AHU #4 shall include: Replacement of actuators. 4.� Specific repair work on AHU #3 shall include: Replacement of the fan shaft bearings. 5.� Piping Repairs: Replace glycol supply piping to one (1) Air Handler Unit with the new supplying piping including insulation and testing. Additionally, the Air Handlers need clean glycol to function optimally. To achieve optimal function, the strainers in the hot, medium and cold glycol loops in the tank farms shall be replaced, including gaskets. 6.� Strainer replacement: Replace strainers and gaskets in the hot, medium and cold glycol loops and insure easy access for cleaning and maintenance with oiling and greasing as required. Once the servicing is completed, an operational check shall be perform to clear the system for operation. A second operational check shall be performed at the request of CRREL during the first winter season of operation as a follow-up to ensure that all systems remain nominal. 7.� Operational Check 1 (On Completion of A-F): Energize blower verifying nameplate amp draw vs. actual now. Record supply air temperature during cooling mode (Cooling valves locked full open). Energize defrost cycle�verify component operation (Cooling valves locked full closed). Verify door actuator operation Verify electric heater nameplate amp draw vs. actual amp draw. 8.� Operational Check 2 (On request of CRREL, but not later than 30 April 2021): Energize blower verifying nameplate amp draw vs. actual draw. Record supply air temperature during cooling mode (Cooling valves locked full open). Energize defrost cycle�verify component operation (Cooling valves locked full closed). Verify door actuator operation Verify electric heater nameplate amp draw vs. actual amp draw. Option: The Government has an option in this request for relocating the Hot Glycol Supply Line. This option comprises: Fabricate new extension to pipe-hanging rails and shorten pipe-hanging threads along a 240-ft run of glycol piping and electrical conduit. Shift hot glycol supply line one foot (1 ft) to two feet (2 ft) the east and up to one foot (1 ft) up. Properly support glycol pipes and conduit with new extensions and threads as required. Repair any damage to insulation during the move. Re-pipe connections to supply valves for the new configuration. Re-pipe connections to return loop to machinery room for the new configuration. ERDC-CRREL requires the continued provision of highly specialized services necessary to complete the aforementioned requirement in its entirety.� A recent contract for the installation of refrigeration equipment was awarded to Berkeley Building Company under contract number W913E519C0005 which encompassed replacing the air chillers on the FERF�s process cooling system.� Additionally, the services completed under contract W913E519C0005 are still under warranty with the Berkeley Building Company. ERDC-CRREL risks voiding the terms of their warranty on the newly installed air chillers if work is conducted by any other contractor. The requested services would require changing the operational parameters of the equipment and requiring operational access to this the chillers. As such, Berkeley Building Company is the only source capable of fulfilling the follow-on requirements in order to maintain the warranty and prevent unacceptable delays in fulfilling the Government�s requirements. The associated North American Industry Classification System (NAICS) code is 238220, which has a size standard of $16.5M. This Notice of Intent is not a request for competitive quotations. �However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CDT,�6 August 2020 to kim.d.roberson@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d19555e0f5174a228af9d5071ae7dc64/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05741496-F 20200802/200731230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.