Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2023 SAM #7801
SOLICITATION NOTICE

Y -- Cooling Tower Replacement

Notice Date
4/5/2023 2:26:52 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R9 ACQ MGMT DIV PROJECTS BRANCH SAN FRANCISCO CA 94102 USA
 
ZIP Code
94102
 
Solicitation Number
300NLACoolingTower-PresolicitationNotice
 
Response Due
6/7/2023 12:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Krista M. Miller, Phone: 4155224157
 
E-Mail Address
krista.miller@gsa.gov
(krista.miller@gsa.gov)
 
Description
The contract is anticipated to involve the following work to be done at the federal building at 300 N. Los Angeles St., Los Angeles, CA: The overall strategic project goal of the Design-Build (DB) Contractor is for the replacement of (4) 2 Cell Cooling Towers and to perform structural sub-platform and main platform repairs and/or replacement within an occupied building without disruption to occupants and to utilize sustainable design and construction strategies where applicable and practical. Phase 1 Cooling Tower 1 and/or 2:� Using the government provided Pre-Alteration Survey, provide an abatement work plan for review and approval and perform hazmat abatement work according to the findings and the approved plan.� Furnish and set-up (1) 500 Ton temporary skid mounted Cooling Tower adjacent to the building on Los Angeles St. within a lockable chain link fence enclosure affording adequate NEC and service clearances, and pipe temporary bypass CWS/R lines to POCs in the basement.� Provide temporary make-up water (MUW) and drain down piping indirectly to the nearest approved sanitary sewer.� Provide temporary electrical power via a 200 KVA skid mounted genset and electrical disconnect and service power to the skid mounted Cooling Tower.� Provide biocidal and other chemical treatment as needed for a temporary cooling tower. Obtain necessary permits and special inspections if/as required from the City of Los Angeles Public Works.� Disconnect controls from CT-1 and/or 2, demolish condensate drain, make-up water lines and electrical service back to the distribution panel. Partially demolish Condenser water supply and return lines.� Using a helicopter crane or other crane, demolish and remove CT-1 and/or 2 and remove from site to contractor chosen location for recycling and disposal.� Demolish and replace CT-1 and/or 2 structural subframe(s). Fabricate off-site or assemble on site, replacement subframe support steel frames, prep and apply corrosion resistant paint or apply elastomeric coating with minimum 10-year warranty.� Replace excessively corroded members, or repair CT main structural framing, removing all existing finish down to bare metal.� Prepare and apply corrosion resistant paint or apply elastomeric coating with minimum 10-year warranty.� Verify or correct capacity of existing mainframe and supporting roof beams, for gravity and lateral loads relative to weight of new CT's and axillary equipment.� Provide special inspections of Class 1 weld fit-up and testing and AWS inspection of the welded connections and inspect existing bolted connections to ensure soundness.�� Evaluate structural capacity and attachments of catwalks and pipe support for possible reuse.�� Install engineered vibration isolators and seismic bracing for CT-1 and/or 2 and lift and install new CT(s) directly onto sub-framing.� Repair pitch pockets and roofing as required in the work area.� Provide new power from distribution panel to new electrical disconnect and whip and connect to tower(s) and CW pump(s).� Install new MUW lines and drain down lines and route to existing indirect sanitary roof drain for each tower.� Reconnect BAS controls, functional test and Cx controls for pumps, CT(s) and BAS via endpoint-to-endpoint testing and verification.� Phase 2 Cooling Tower 3 and/or 4:� Replace the (2) existing nominal 900-ton Cooling Towers (CTs) in one or two phases of construction.� Using the government provided Pre-Alteration Survey, provide an abatement work plan for review and approval and perform hazmat abatement work according to the findings and the approved plan.� Disconnect controls from CT-3 and/or -4, demolish condensate drain, make-up water lines and electrical service back to the distribution panel.� Partially demolish Condenser water supply and return lines.� Using a helicopter crane or other crane, demolish and remove CT-3 and/or -4 and their respective CW pumps and remove from site to contractor chosen location for recycling and disposal.� Demolish and replace CT-3 and/or -4 structural subframe(s).� Fabricate off-site or assemble on site, replacement subframe support steel frames, prep and apply corrosion resistant paint or apply elastomeric coating with minimum 10-year warranty.� Replace excessively corroded members, or repair CT main structural framing, removing all existing finish down to bare metal.� Prepare and apply corrosion resistant paint or an elastomeric coating with minimum 10-year warranty.� Verify or correct capacity of existing mainframe and supporting roof beams, for gravity and lateral loads relative to weight of new CT's and axillary equipment.� Provide special inspections of Class 1 weld fit-up and testing and AWS inspection of the welded connections and inspect existing bolted connections to ensure soundness.� Evaluate structural capacity and attachments of catwalks and pipe support for possible reuse.� Install engineered vibration isolators and seismic bracing for CT-3 and/or -4 and lift and install new CT(s) directly onto sub-framing.� Repair pitch pockets and roofing as required in the work area.� Provide new power from distribution panel to new electrical disconnect and whip and connect to tower(s) and CW pump(s).� Install new MUW lines and drain down lines and route to existing indirect sanitary roof drain for each tower.� Reconnect BAS controls, functional test and Cx controls for pumps, CT(s) and BAS via endpoint-to- endpoint testing and verification. (Note: There is no BAS programming nor graphics scope)� The anticipated magnitude of the contract is $5M to $10M. A full and open request for proposal is anticipated to be published late February or early March 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fc47662a5dd45829d78577534586749/view)
 
Place of Performance
Address: Los Angeles, CA 90012, USA
Zip Code: 90012
Country: USA
 
Record
SN06640817-F 20230407/230405230104 (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.