Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2022 SAM #7398
SOURCES SOUGHT

Z -- Ice Storage and Chiller Replacement

Notice Date
3/1/2022 10:19:22 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV NORTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
IceStorageandChillerReplacement
 
Response Due
3/1/2022 11:00:00 AM
 
Point of Contact
Paul Lindinger, Phone: 2673436362, Anthony Teti
 
E-Mail Address
Paul.Lindinger@gsa.gov, Anthony.teti@gsa.gov
(Paul.Lindinger@gsa.gov, Anthony.teti@gsa.gov)
 
Description
SOURCES SOUGHT NOTICE FOR:� Ice Storage Removal and Chiller Replacement THIS IS A SOURCES SOUGHT NOTICE ONLY.�� NO AWARD WILL BE GENERATED FROM THIS NOTICE.� This notice does not represent a commitment by the Government� to issue a solicitation or award an IDIQ.� The General Services Administration (GSA), Public Buildings Service (PBS), Mid-Atlantic� Region (Region 3) is issuing this Sources Sought Notice as a means of conducting market� research to identify technically capable and otherwise responsible parties with an interest in, and the resources to support and provide for an Ice Storage Removal and Chiller Replacement. GSA�seeks information from interested and capable businesses, including large businesses, small�businesses, 8(a) Small Businesses, Small Disadvantaged Businesses, Veteran Owned Small� Businesses, Service Disabled Veteran Owned Small Businesses, Women Owned Small� Businesses, Economically Disadvantaged Women Owned Small Businesses, and HUBZone� Small Businesses.�� The applicable North American Industry Classification System (NAICS) code to be assigned to�this procurement is 236220 -- Commercial and Institutional Building Construction with an associated small business size�standard of $39.5 million.� PROJECT DESCRIPTION� The intent of this acquisition is to procure a single-award contract for the modification and replacement of the chilled water system located on the Annex Building, of the Social Security Administration, Woodlawn Campus.� The project calls on a construction contractor to: a. Replace chillers. b. Replace associated chilled water and condenser water pumps. c. Replace associated electrical conduits, feeders, and equipment. d. Provide variable frequency drives for pumps. e. Remove ice storage tanks and associated glycol system. f. Upgrade associated controls. g. Provide testing, adjusting, and balancing services. h. Provide assistance with commissioning activities. This project provides for the addition of Chiller Plant Optimization (CPO) to the existing chilled water / condenser water controls system, which calls on a construction contractor to: Provide control of the chilled water system using algorithms to maximize system efficiency and adjust central plant operation based on actual load profiles, ambient conditions, equipment performance characteristics, energy demands of all associated auxiliaries, and real-time feedback from equipment, temperature sensors, flow sensors, and power meters. In addition, the CPO system shall monitor additional chilled water operating parameters identified on the contract drawings, maintain trend data, and include provisions to allow the CPO algorithms to be expanded to control the entire chilled water plant. ����������� Perform lead abatement for items affected by this projects scope. Refer to the relevant hazardous materials survey reports for additional information regarding the location of lead containing paint. SCOPE OF WORK� The sequence for the chiller work must be performed so that at least three chillers are always available except for the periods during glycol solution drainage and flushing, and demolition of glycol system.� Chillers will not be available during two weekend outages to make piping revisions to switch from the existing to chillers and pumping system. The weekend outages must be coordinated with SSA personnel. Additional phasing requirements are included on the contract drawings. When replacing and connecting a chiller to existing chilled water system, replaced equipment must operate continuously and without defect for 10 days before an additional chiller is connected.� Any chilled water plant outage must be coordinated and scheduled with SSA at least five (5) weeks in advance and obtain approval prior to any system disruption. Chiller Plant Optimization (CPO) work must be performed concurrently with the chillers� replacement work.� Prior to start of work, the contractor must review the proposed phasing plan and submit detailed plan reflecting the contractor�s approach for review. Work must not start until contractor�s phasing plan is approved. Work in existing facilities shall correspond in all respects with the existing conditions to which it connects, or to similar existing conditions, in materials, workmanship and finish.� Existing conditions shall be cut, drilled, removed, temporarily removed, or removed and replaced, as necessary for performance of Work under the Contract.� Work out of alignment where exposed by removal of existing work shall be called to the attention of GSA. Necessary corrective work shall be as directed. Replacements of existing conditions that are removed shall match similar existing conditions.� Unless otherwise indicated, existing structural members shall not be cut or altered without authorization by the Contracting Officer.� Conditions remaining in place, which are damaged or defaced during the Work, shall be restored to the condition existing at time of award of Contract.� Discolored or unfinished surfaces exposed by removal of existing conditions, that are indicated to be final exposed surfaces, shall be refinished or replaced as necessary to produce uniform and harmonious contiguous surfaces.� Existing structures will remain in place.� Existing utility services with related meters and equipment will remain in place. Removed items indicated to remain the property of the Government shall be stored on site where directed by the Contracting Officer. General Information� The following information is requested in your response:� 1. Firm Identification Information including:� a. Name,� b. Address,� c. Phone number,� d. Primary point of contact email address, and�� e. DUNS number� 2. Identification of your firm as a large business, small business, or other socio-economic category such 8(a) Small Business, Small Disadvantaged Business, Veteran Owned� Small Business, Service Disabled Veteran Owned Small Business, Women Owned�Small Business, Economically Disadvantaged Women Owned Small Business, or� HUBZone Small Business.� 3. A statement indicating whether your firm intends to submit a proposal in response to this anticipated solicitation.�� 5. If your firm does not provide all of the services outlined above with in-house resources,�explain if / how you would use subcontracting or Contractor Team Arrangements to�provide all of the required services. This could include details about what firms you�would subcontract or team with.� 6.� List any similar past projects.� Provide a brief description for said project with basic information (owner, period of performance, and dollar amount. Interested firms should respond to this Sources Sought no later than March 1st 2022 at 2:00 PM (EST). The Point of Contact for this sources sought notice is Paul Lindinger,�Contract Specialist, email address Paul.Lindinger@gsa.gov.� This is NOT a request for quotes and does not constitute any commitment by the Government.� Responses to this sources sought notice will be used by the Government to make appropriate� acquisition decisions, giving maximum consideration to the small business socio-economic� categories based upon industry input. No reimbursement will be made for any costs associated� with providing information in response to this announcement or any follow-up information� provided. All interested sources must respond to future RFQ announcements separately from� responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e49fb8c22d84670a92bcbf860e06b5b/view)
 
Place of Performance
Address: Baltimore, MD 21235, USA
Zip Code: 21235
Country: USA
 
Record
SN06254297-F 20220303/220301230104 (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.