Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2005 FBO #1363
SOLICITATION NOTICE

41 -- Air Control Handling System and HVAC Equipment Repair for Clock Tower Annex.

Notice Date
8/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-05-T-0100
 
Response Due
9/1/2005
 
Archive Date
10/31/2005
 
Small Business Set-Aside
N/A
 
Description
The project consists of: 1. Complete the following for the North Annex Area: a. Demolish the existing single loop programmable controller system for air handling unit, AHU-217-1-1, and heat exchanger, HE-217-1-1. The demolition shall include the removal of the existing electric and pneumatic control components, wiring, tubing, actuators, sensors, and items not reused as a part of the new control system. b. The existing three-way chilled water control valve and the two-way steam control valve have pneumatic actuators. The valves can be reused if the contractor can retrofit the valves with electric actuators. Otherwise, the contractor shall replace the existing valves. c. Reset the terminal air box minimum airflow settings for 11 terminal air boxes. d. Relocate the Robert Shaw control panel, CLP-217-1-2, for use as the control panel for AHU-217-1-5. e. Provide and install a BACnet certified controller and tie it into the existing building automation system. The existing communication control panel, CCLP-217-1-1, is an Invensys UNC-510-1. Provide submittals as called out on the dawings. Provide a nd install the control components necessary to implement the control sequences shown on the drawings. f. Demonstrate the control system performs according to the control sequences shown on the drawings. 2. Complete the following for the boiler room HVAC equipment: a. Demolish the existing pneumatic control system for both the AHU-217-1-3 and the HE-217-1-2. The demolition shall include the removal of the pneumatic controllers and pneumatic control components and tubing not reused as a part of the new control sys tem. b. Demolish the existing inlet guide vanes on both the return fan and supply fan. c. Provide and install a BACnet certified controller and tie it into the existing building automation system. Provide submittals as called out. Provide and install the control components necessary to implement the control sequences shown on drawings. 3. Complete the following for the South Annex Area: a. Demolish the existing pneumatic control system for AHU-217-1-5. b. The existing Robert Shaw controller, CLP-217-1-6, shall be turned over to the government as salvage. The contractor shall use the Robert Shaw controller from the North Annex area for the new control system for AHU-217-1-5. Provide submittals as cal led out on the drawings. Provide and install the control components necessary to impliment the control sequences detailed on the drawings. c. Demonstrate the control system performs according to the control sequences as detailed on drawings. 4. The project includes all work described above. The variable frequency drive (VFD) control option work includes the installation of the VFD's for the supply and return fans of AHU-217-1-1, the pressure transducers, and the programming necessary to put the VFD's on the LON bus as deatiled on the drawings. The contractor shall wire the safeties into the VFD shutdown circuits and provide the programming necessary to put the VFD's on the LON bus as a part of the VFD control option. Plans and Specifications will be provided at World-Wide-Web Internet address: http://www.mvr.usace.army.mil. An official version of this solicitation will be posted. Paper copies will not be available from the Government. The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) Database. No Contract Award will be made to an offeror until this requirement is met. Offerors not already registered in the CCR Database are highly encouraged to do so via the following World-Wide-Web Internet address: http://www.ccr.gov. Technical inquiries can be directed to Mr. Rick Stebens at 309/794-5474. Arrangements for inspecting the project site can be made with: Area Engineer, Ms. Barbara Lester, Central Are a Office, U.S. Army Corps of Engineers, 5235 Grand Avenue, Davenport, Iowa 52807-1014 , Telephone: 563/386-0572, or 563/386-0651 (Collect Calls Not Accepted).
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00873986-W 20050820/050818213012 (fbodaily.com)
 
Source
FedBizOpps.gov 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.