|
COMMERCE BUSINESS DAILY ISSUE OF june 1,1995 PSA#1358General Services Administration, Public Buildings Service, Property
Management Contracts Branch, 5PMC-E, Room 3324 (M/S 33-3), 230 South
Dearborn Street, Chicago, Illinois 60604-1696 C -- CHILLER/COOLING TOWER REPLACEMENT, FEDERAL BUILDING, 234 SUMMIT
STREET, TOLEDO, OHIO SOL GS05P95GBC0068. DUE 071395. Questions may be
directed to Bozana Sonenberg, Contract Specialist, 312/886-4112, or D.
Glover, Contracting Officer, 312/353-3978. Design Build contract to
provide design and construction for the replacement of the existing two
(2) 250 TR (Tons of Refrigeration) centrifugal packaged chillers with
two (2) new 200 TR centrifugal packaged chillers; the replacement of
the existing cooling tower with a new cooling tower to match the new
chillers; and the replacement of each impeller in the chilled water and
condenser water pumps at the Federal Building located in Toledo, Ohio.
The new packaged chiller shall use HCFC-22, or HCFC-123, or HFC-134a
refrigerant as appropriate for the chiller design; be provided with
premium efficiency motor, VFD (Variable Frequency Drive) control, solid
state starter and relay with disconnect switch and automatic tube
cleaning system. The cooling tower motors shall be of premium
efficiency type. The new chillers and cooling towers, and the existing
pumps shall be interlocked with the existing building Andover BAS
(Building Automation System). Contractor shall devise a plan of action
as to how the existing packaged chillers will be removed and disposed
of from the building and how the new replacement will be installed in
the same location. Some equipment might be temporarily relocated and
reinstalled later to make way for the chiller travel. The contractor
will be responsible for creating all drawings, specifications, and
calculations required on this project. The contractor will be
responsible for the construction of the entire project and for
monitoring inspections and tests performed on the chillers during and
immediately after construction. As an option to the Government, the
contractor may be responsible for maintaining the chillers for a period
up to three years. The offer will consist of a technical and price
proposal. A Single-Price evaluation process will be used. The
evaluation of proposals will be done on a Go-No Go Source Selection
basis. Final selection will be to the responsible offeror with the
Lowest Price Technically Acceptable proposal based on the evaluation
factors established in the Request for Proposal (RFP). The total
estimated cost for the work covered by this solicitation is between
$500,000 and $1,000,000. The completion time for this project is one
hundred and eighty (180) calendar days which completion date shall
coincide with the start of the 1996 cooling season. This solicitation
is not set aside for small businesses. Therefore, responses from both
small and large business concerns will be considered. The successful
offeror, if not a small business concern, may be awarded the contract
contingent upon submission and approval of an acceptable subcontracting
plan. Closing date and time of submittal of offers is July 13, 1995,
4:00 p.m., Chicago time. Offers will be opened privately. The Request
for Proposal package will be available on or about June 12, 1995.
Please contact Bozana Sonenberg at (312) 886-4112 or write to GSA, PBS,
Property Management Contracts Branch (5PMC-E), 230 S. Dearborn Street,
Room 3324, MS 33-3, Chicago, Illinois 60604-1696. Please reference the
solicitation number, project title and location. (146) Loren Data Corp. http://www.ld.com (SYN# 0021 19950531\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|