Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

Z -- Building 518 Replace Chillers

Notice Date
2/23/2021 11:28:59 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
5845871
 
Response Due
3/11/2021 11:00:00 AM
 
Archive Date
03/26/2021
 
Point of Contact
Rebecca Dennison, Phone: 8606944528, Fax: 8606944565, Michael A Giangregorio, Phone: 8606944563, Fax: 8606944565
 
E-Mail Address
rebecca.dennison@navy.mil, michael.giangregorio@navy.mil
(rebecca.dennison@navy.mil, michael.giangregorio@navy.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
** Only those Contractors listed in the RFP MACC solicitation below will be allowed to bid on this requirement. 1. The Oak Group Inc. 2. Pontiac Drywall Systems, Inc. 3. QBS, Inc. 4. Smart ATI/KMK Joint Venture The scope of this project is to provide and commission two new chillers with associated chilled water and condenser water pumps for Building 518 located at SUBASE New London in Groton, CT.� The chilled water plant was originally designed for three chillers and three roof mounted cooling towers.� The current system uses two chillers and two roof mounted cooling towers.� The base bid for this project must replace one of the existing chillers, associated pumps, and provide a new third chiller with associated pumps; resulting in three chillers total for the facility.� Replacement of the other existing chiller is detailed as part of Option #1 below.� The existing cooling towers were installed in 2019. �See Part 6 � Attachments of the SOW for detailed information regarding original system configuration and equipment information.� Reuse existing equipment pads to the greatest extent possible.� New equipment must be selected based on efficiency, capacity and features (not manufacturer).� A cooling load analysis is not required; however, a sequence of operation detailing the staging of the chillers must be provided.� New equipment must meet or exceed the energy efficiency ratings of ASHRAE 90.1-2013 as specified in UFC 1-200-02.� New equipment must be fully integrated into the buildings DDC system.� Equipment and controls must be commissioned by a first-tier commissioning subcontractor.� The list of equipment for the Base Bid is detailed in Table 1 below.� B518 is a secure facility.� Project will require escorts (Government provided) for work inside the building.� Refer to Part 6 � Attachments of SOW for record drawings, system diagrams and sequences of operation. (Attachment A) BID OPTIONS Option #1: Replace existing chiller (Chiller � 1) and associated pumps. Option #2: Provide temporary chiller(s) to maintain chilled water service to the building for a duration of three months. Total capacity of temporary chiller(s) must not exceed 300 tons.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/280af24a8a5e4d53bd9dc1198011e145/view)
 
Place of Performance
Address: Groton, CT 06349, USA
Zip Code: 06349
Country: USA
 
Record
SN05924238-F 20210225/210223230113 (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.