Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

Z -- WOSU - Install Direct Digital Controls (DDC) and Commissioning of HVAC

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Portland Area - Yakama Service Unit, Yakama Indian Health Center, 401 Buster Road, Toppenish, Washington, 98948, United States
 
ZIP Code
98948
 
Solicitation Number
RFP-2010-04A
 
Archive Date
2/14/2010
 
Point of Contact
Jay Sampson, Phone: 509-865-1731
 
E-Mail Address
jay.sampson@ihs.gov
(jay.sampson@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This is a sources sought notice for market research only. It is to determine the availability and interest of potential firms having the skills, capabilities, and experience necessary to perform the described project. This is not a solicitation. I. PROJECT INFORMATION: The NAICS Code is 238220 - Plumbing, Heating, and Air-Conditioning Contractors; and the small business size standard is $14.0 million. Anticipated project magnitude is between $100,000 and $250,000. Construction services to replace all existing pneumatic controls that remain at the Chemawa Health Center, commission the facility and test and balance the ventilation system. All existing pneumatic system equipment shall be demolished including the air compressor and electrical wiring. The direct digital controls shall be installed on; all fan-coil units, thermostats, exhaust fans, dampers and necessary HVAC equipment. The Contractor shall be responsible of performing analysis of the existing HVAC DDC controls and gathering the information necessary to replace the pneumatic controls for the following equipment currently in operation, but not limited to the following: Twenty Eight (28) Fan Coil Units; Thirty Four (34) Wall Units; Sixty Two (62) Room Sensors; and Six (6) Exhaust Fans. The new DDC design shall address the following specifics: a) The replacement system shall be installed using native BACnet protocol and integrate with the existing controls software. b) Reuse or install new conduit and electrical wiring from wall mounted controller cabinet to each piece of equipment. c) Specify and install DDC equipment/accessories and integrate into existing controls equipment. d) Installation of sensor(s) on the outside air intake for economizer operations and energy efficiency. e) Each fan coil unit shall be equipped with applicable controllers, actuators, sensors and/or specific controls equipment/accessories. f) The graphics software shall be logical and user-friendly displayed by a controls diagram of formatted by zones. The graphics shall be programmed and integrated into the existing Niagara Browser customer network software. Characteristics of the work: The facility currently operates Vykon direct digital controls system software with a Niagara Browser customer network. The mechanical equipment (three boilers, hot water pump, chilled water pump, chiller, outside air intake and air handler), and the four (4) dental addition packaged roof top heat pumps currently have direct digital controls installed. The existing DDC controls software and computer stations are located within the facility management office and dental addition mechanical room. The building is a health clinic and will be occupied and operational during the work to be performed. The overall facility is referred to as the Western Oregon Service Unit (Chemawa Indian Health Center) and is approximately 28,000 square feet. II. CAPABILITY STATEMENT: An interested party with the capabilities necessary to perform the stated project and work may submit Capability Statements that include the following information: A) Company name, address, point of contact, phone number, email address, and DUNS number. B) Capability of company to perform a contract for the work as described in this notice. Submit examples of comparable work performed within the past 5 years. For each example include: 1) a brief description of each listed project, 2) the dollar value of the project, 3) the customer name with contact information, and 4) information on timeliness of performance and customer satisfaction. Provide sample projects that demonstrate the company's ability to perform the described work and your company's interest in the described project. C) Type of business and business size ("other than small" business, small business, HUBZone small business, service-disabled veteran-owned small business, 8(a), etc.), and supporting documentation, if available. D) Provide evidence that on projects of a similar nature your company was able to perform at least 25 percent of the cost of a contract, not including the cost of materials, with its own employees; or, evidence that your company would be able to meet such a requirement for this potential project. Alternatively, provide evidence related to the company's ability to perform at least 15 percent of the cost of such a contract. This ability relates to potential limitations on subcontracting under FAR 52.219-14. Capability statements must be received no later than January 30, 2010, and should not exceed 7-pages. Submission of capability statements is voluntary. Capability statements will not be returned and responses to this sources sought notice do not obligate the Government to award a contract. Submit capability statements in written format by mail or by email: Attn-Jay Sampson Indian Health Service 401 Buster Road Toppenish, WA 98948 Email: jay.sampson@ihs.gov The subject line of your email should specifically read: "Sources Sought Response - WOSU DDC". SOURCES SOUGHT: The written capability statements received will be evaluated to gain knowledge of the potential availability and interest of businesses in this potential project, and the potential for a set-aside for the small business community under FAR 19.10 (PL 100-656). Interested companies that are "Other-than-small" business may respond to this notice, as well. This sources sought notice is for procurement planning purposes only, and is related to a potential project funded under the American Reinvestment and Recovery Act (ARRA) of 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Yakima/RFP-2010-04A/listing.html)
 
Place of Performance
Address: Chemawa Indian Health Center, 3750 Chemawa Road NE, Salem, Oregon, 97305, United States
Zip Code: 97305
 
Record
SN02047340-W 20100124/100122235001-22610ed6bb25fb9a0c1d88b785f02305 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.