Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2021 SAM #7036
SOLICITATION NOTICE

Z -- HVAC Replacement and Modifications at Springfield-Branson National Airport ATCT

Notice Date
3/3/2021 1:09:43 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-21-R-00145
 
Response Due
3/12/2021 1:00:00 PM
 
Archive Date
03/27/2021
 
Point of Contact
Erin Crabtree, Elisha Distler, Phone: 8172224196
 
E-Mail Address
erin.m.crabtree@faa.gov, elisha.distler@faa.gov
(erin.m.crabtree@faa.gov, elisha.distler@faa.gov)
 
Description
The Federal Aviation Administration contemplates�issuing a Screening Information Request (SIR) for�HVAC Replacement�at the Airport Traffic Control Tower (ATCT), Springfield-Branson National Airport located�in Springfield, Missouri (SGF).� The scope of work includes, but is not limited to, the following: ATCT 1. Replace 1 - 45 ton air cooled water chiller (CH-1) 2. Replace air cooled condensing units CU-3, CU-4 and CU-6 and corresponding direct expansion coils. 3. Modify third floor ductwork. Remove 18�x20� existing duct. 4. Install new duct and diffusers. Extend main 30� x 20� duct from corridor across room. Install 12�x 12� branch duct and diffusers. The new ductwork shown is for general layout and does not show all bends transitions etc. to avoid existing obstacles. The contractor must provide detailed shop drawings for approval. 5. Inspect and repair ductwork in ATCT that is leaking or has been compromised. Reduce leaking air to avoid condensation on all surfaces. Repair/seal any leaking holes, seams and joints. Base Building 1. Replace AHU-1/CU-1 2. Reconfigure ductwork and install new VAV boxes with hot water reheat. Contractor shall size boxes, reheat coils and piping to match cfm shown on drawings. Submit design for review and approval. 3. Add new piping for new VAV reheat coils. 4. Replace boiler with high efficiency condensing boiler and new high efficiency hot water pump. 5. Modify control sequences. 6. For base building and ATCT provide testing, adjusting and balancing (TAB) of new and existing HVAC system and controls. The Contractor will be required to provide all labor, materials, supplies, equipment, supervision and transportation to perform this work in accordance with the specifications and drawings as well as all local, state and federal laws. This is not a Request for Proposal (RFP) and proposals are not being accepted from this public announcement. At this time, the nature of the competition has not been determined. The FAA may decide to do a Full and Open competition or a Set-Aside for small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) program. The purpose of this pre-solicitation is to solicit statements of interest and capabilities from small business, service-disabled veteran-owned small businesses, 8(a) certified firms, and all other business types and sizes capable of providing the type of work described in the attached specifications. In order to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace, the FAA requests the following information from interested vendors: A. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract). B. Address C. Point of Contact name, e-mail address and telephone number D. DUNS Number E. Bonding Capability F. Relevant experience on projects of similar scope within the last five years. Provide specific contract numbers, contact names, and email information to support claimed capabilities. G. Number of years in Business **Estimated project magnitude: Between $500,000 and $1,000,000. Failure to respond to the Pre-solicitation may preclude a contractor's ability to receive a copy of the future solicitation. Limit complete responses to no more than 5 pages.� Information provided will not be released; however, mark PROPRIETARY on all documents submitted as necessary. Please submit your capability statement to Erin Crabtree at erin.m.crabtree@faa.gov by�March 12, 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e818477580c54be684d8a40ce92c9d0a/view)
 
Place of Performance
Address: Springfield, MO 65802, USA
Zip Code: 65802
Country: USA
 
Record
SN05932056-F 20210305/210303230113 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.