Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Z -- GAOA Timberline Lodge Boiler

Notice Date
4/22/2021 1:35:23 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
MOUNT HOOD NATIONAL FOREST SANDY OR 97055 USA
 
ZIP Code
97055
 
Solicitation Number
1240BH21R0014
 
Response Due
5/24/2021 4:00:00 PM
 
Archive Date
06/08/2021
 
Point of Contact
Darcy J Rapoza, Phone: 5417507116, Fax: 8662308120
 
E-Mail Address
darcy.rapoza@usda.gov
(darcy.rapoza@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A pre-proposal conference is currently planned for 0900 on 4 May 2021 at Timberline Lodge.��In order to facilitate conference preparations, it is requested that Ben Newcomb be contacted and advised of the number of persons who will attend.� Benjamin.newcomb@usda.gov or 503.668.1778. This proposed solicitation is for all labor, equipment and materials required to do the following work at the Timberline Lodge, Zig Zag Ranger District, Mt Hood National Forest: This project is set up to be phased. The following is a description of Phase 1, which are the Base items. 1.Bid Item 001: Remove abandoned generator in the boiler room. 2. Bid Item �002: Install a 2,000 MBH hot water boiler and a 15 HP circulation pump. The existing steam boilers will remain. 3. Bid Item 002: Replace 2 existing fuel oil pumps and piping to new boiler and 2 existing boilers. 4. �Install new panel CH-1 with capacity to serve the needs of phase I-IV, Options 1-3 in the Lodge and all necessary circuits, wiring, devices and controls for Phase I operational needs. 5. Bid Item �003: Install new main hot water piping in the boiler room. Provide hot water to patio, front Lodge entry and CS Price snow melt systems. Keep snow melt heating pipe, pump and accessories intact and connect to new hot water boiler. Integrate with existing control system to render the system operational. 6. Bid Item 004: Design complete DDC Control system for Main Lodge and Day lodge for phases 1-4. See section 23 09 00 Instrumentation and Controls Performance Specification, 26 09 00 Controls and Instrumentation, 27 00 00 Telecommunications Wiring System, 27 00 01 Network Security for connection details. The Controls will be installed per phase. 7. �Bid Item 004: Integrate new control system with the existing Honeywell DDC control system capable of serving the entire project, phases 1-4, and provide software, infrastructure, and equipment necessary to render the systems installed in Phase I operational. System will include control system hardware, wiring, and software programs. 8. Bid item 005: Design the control system to provide for security from Malware, hacking and other threats. System should include a firewall system and wiring changes to isolate the existing DDC system network connections from the existing building network. See section 27 00 01 for Network Security design criteria. ***Items 1-6 need to be completed before consistently freezing temperatures and snow occur (typically late October) in order to minimize impacts to Lodge operations and prevent freeze damage to existing water piping. *** 9. Bid Item 003: Install new main hot water piping from boiler room to attic spaces, stub off isolation valves for connection to individual room radiators of all phases; replace/install approximately 34 finned tube room radiators in existing and newly constructed historically accurate cabinets. This work will need to be coordinated with Lodge operations to minimize impacts to the operation of the Lodge. Phase 1 will have a period of performance of 150 days starting July 2021. Option No.1: Phase 2 of the Boiler Replacement project consists of the following: 1. Remove one (1) steam boiler. 2. Install new 5,000 MBH boiler and a 15 HP circulation pump, and all associated electrical work, control system additions and modifications needed to render the installation fully functional. 3. Replace/install approximately 94 Finned tube room radiators in existing and newly constructed historically accurate cabinets, on west side of building and connect heating and fan coil units at the common spaces. This work will need to be coordinated with Lodge operations to minimize impacts to the operation of the Lodge. 4. Expand existing electrical service, existing controls infrastructure and equipment to make the system replacements/additions fully functional. 5. Connect CS Price Heating to new hot water system Phase 2 will have a period of performance of 150 days starting no later than May 2022. Option No. 2: Phase 3 of the Boiler Replacement project consists of the following: 1. Replace second steam boiler and install new, third, 5,000 MBH boiler, and all associated electrical work, control system additions and modifications needed to render the installation fully functional. 2. Replace/install approximately 93 Finned tube room radiators in existing and newly constructed historically accurate cabinets, in the remaining areas of building and connect heating and fan coil units at the common spaces. This work will need to be coordinated with Lodge operations to minimize impacts to the operation of the Lodge. 3. Connect kitchen, domestic hot water, pool and spa to the new hot water system. 4. Expand existing electrical service, controls infrastructure and equipment to make the system replacements/additions fully functional. 5. Install Swimming Pool and Spa Heating Systems Phase 3 will have a period of performance of 150 days starting no later than May 2023. Option No. 3: Phase 4 of the Boiler Replacement project consists of the following: Replace 2 hot water boilers with two new 4,000 MBH hot water boilers, pumps, and all associated electrical work, control system additions and modifications needed to render the installation fully functional. Expand existing electrical service, controls infrastructure and equipment to make the system replacements/additions fully functional. Phase 4 will have a period of performance of 120 days starting no later than May 2023. Including all optional items, the Government�s estimated magnitude of this project is more than $10,000,000.� Solicitation will be available for download from beta.sam.gov on or about 4/23/21.� NOTE:� prospective awardee shall be registered and active in the System for Award Management (SAM) data base when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of a contract resulting from this solicitation. Information on registration may be obtained via the internet at: http://www.sam.gov. All contractors and vendors must complete the electronic version of the Representations and Certifications in the SAM system.� If at the time of receipt of offers, an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/691606e63e3245a0ad5ee3895f11aa42/view)
 
Place of Performance
Address: Government Camp, OR 97028, USA
Zip Code: 97028
Country: USA
 
Record
SN05980458-F 20210424/210422230114 (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.