|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1995 PSA#1377GSA,PBS, Fee Developer, (5PCM), JCK Federal Building, 230 S. Dearborn
Street, Room 3360, Chicago, IL 60604-1696. Z -- DESIGN/BUILD CHILLER/COOLING TOWER REPLACEMENT AT THE
MINTON/CAPEHART FEDERAL BUILDING, 575 N. PENNSYLVANIA AVE.,
INDIANAPOLIS, IN., SOL GS05P95GBCOO79. DUE 082495. Contact Kathleen
Kapala, 312/353-7560. Design Build contract to provide design and
construction for the replacement of the existing two (2) 500 TR (Tons
of Refrigeration)Carrier centrifugal chillers with two (2) new 500 TR
centrifugal chillers and th addition of drain down tanks beneath each
of the existing cooling tower cells. This work includes revised piping,
equalizing line, vents, level control, supporting steel and flow
control valves for each distribution basin of each of the six (6)
cooling towers and dirt separators at each condensing water pump. This
work shall be completed at the Minton/Capehart Federal Building
located in Indianapolis, Indiana. The new chillers shall use HCFC-22,
or HCFC-123, or HFC-134a refrigerant as appropriate for the chiller
design; be provided with premium efficiency motor, solid state starter
and relay with disconnect switch and automatic tube cleaning system.
The new chillers and existing pumps shall be interlocked with the
existing building automation system. Contractor shall devise a plan of
action as to how the existing 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 alternate to the Government, the
contractor will replace the two (2) existing 500 TR centrifugal
chillers, chilled water pumps and condenser water pumps with three (3)
new 333 ton centrifugal chillers and new primary chilled water and
condenser water pumps. This alternate includes separating the existing
cooling tower piping and providing new piping from each cooling tower
cell to the new condenser water pump that serves each chiller
condenser. As an option to the Government, the contractor may be
responsible for maintaining the chillers for a period of up to three
years. The offer will consist of a technical and price proposal. A
Single-Phase 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 estimated cost for
the work covered by this solicitation is between $500,000 and
$1,000,000 (base and alternate bid). The completion time for this
project is three hundred seventy-one (371) calendar days. 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
August 24, 1995, 4:00 p.m. (local time). Offers will be opened
privately. The RFP package will be available on or about July 13, 1995.
Funding for this project is not currently available. To obtain plans
and specs, contact Kathleen Kapala at (312) 353-7560 or write to GSA,
Fee Developer, (5PCM), 230 S. Dearborn Street, Room 3360, Chicago,
Illinois 60604-1696. When calling, be prepared to state name, address
and solicitation number. (174) Loren Data Corp. http://www.ld.com (SYN# 0192 19950627\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|