SOLICITATION NOTICE
J -- Upgrade HVAC
- Notice Date
- 8/17/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA4809-06-Q-0289
- Response Due
- 10/1/2006
- Archive Date
- 10/16/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Service Disabled Veteran Owned, small business set-aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-0289. The NAICS code 238220 applies to this solicitation. The size standard is $13M. The item description is as follows: CLIN 0001: Upgrade the HVAC/DDC Barber Colman Network 8000 direct digital controls systems to the standard for energy conservation in buildings 1600 and 3705 IAW below Statement of Work. STATEMENT OF WORK 1. Scope: The work covered by the provisions of this requirement consists of furnishing all labor, tools, equipment, and supplies necessary to upgrade the Barber-Colman Network 8000 Direct Digital Control System in buildings 3705 and 1600. 2. Description of Work: Under this proposal the contractor will furnish the necessary drawings, configure the proper controls , provide the necessary labor, pipe and fittings to complete the upgrade, make all calibrations , adjustments and final check of the operation of this equipment and, provide training for the EMCS operating personnel as the work is being accomplished. Description of work detailed below. Bld 3705 1. Replace pneumatic damper motors for outside air and return air on SZ-2 with electronic motors. 2. Replace pneumatic chilled water control valve/actuator on SZ-2 with new control valve w/ electronic operator. 3. Replace pneumatic damper motor for outside air on SZ-1 with electronic motor. 4. Replace pneumatic chilled water control valve/actuator on SZ-1 with new control valve w/ electronic operator. 5. Removal of old valves, piping and insulation as required for new valves. (typical for all valves being replaced) 6. Electronic damper operators to be direct coupled where possible. (typical for all) 7. Remove existing IP transducers in existing panels and turn over to owner.(panel at multizone and in mechanical room w/ SZ-2) 8. Remove external relay cans and relays and install new RIB type relays inside control panel located in mechanicalroom at SZ-2 and at multizone unit. 9. Clean up existing control panel located in mechanical room w/ SZ-2. 10. Replace pneumatic damper motors for four (4) multizone dampers on multizone unit with electronic motors. 11. Replace pneumatic chilled water control valve/actuator on multizone unit with new control valve w/ electronic operator. 12. Replace pneumatic damper motors for outside air, return air, and relief air on multizone with electronic motors. 13. Install new control sensor cable to space for four (4) zones associated w/ multizone. New sensor cables to be routed to mechanical room where multizone unit is located. Existing sensors terminate at Microzone in Admin area. 14. Install supply air sensors for four (4) multizones. 15. New Microzone for added points at multizone unit. 16. Plenum rated cable above lay-in ceilings 17. EMT Conduit in mechanical rooms and outside. 18. All work to be performed during normal business hours. 19. Programming as required to cleanup software no longer being used. 20. Tie-in to existing Network 8000 EMCS system Bld 1600 1. Replace water differential pressure status switches w/ current switches for status on four (4) chilled water pumps. 2. Extend existing wiring as required to mount current switches. 3. Demo copper tubing back to DP sensor mounted on wall. 4. Clean up control panel located in mechanical room where chilled water pumps are located. Remove wiring no longer being used. Tie-wrap remaining wiring still in use in a neat manner and label as appropriate. 5. Remove external relay cans and relays and install new RIB type relays inside control panel located in mechanical room at SZ-4. 6. Clean up control panel located at SZ-4 7. Replace pneumatic chilled water control valve/actuator on SZ-4 with new control valve w/ electronic operator. 8. Replace pneumatic steam control valve/actuator on SZ-4 with new control valve w/ electronic operator. 9. Install wiring back to control panel for valve control to replace existing pneumatic tubing.(typical for all valves being replaced) Pull cable in existing conduit. 10. All steam valves to have stainless steel trim and seat. 11. Removal of old valves, piping and insulation as required for new valves. (typical for all valves being replaced) 12. Remove external relay cans and relays and install new RIB type relays inside control panel located in mechanical room at SZ-5. 13. Clean up control panel located at SZ-5 14. Replace pneumatic chilled water control valve/actuator on SZ-5 with new control valve w/ electronic operator. 15. Replace pneumatic steam control valve/actuator on SZ-5 with new control valve w/ electronic operator. 16. Add current sensor for fan status on SZ-5. 17. Demo IP transducers, EP?s, and tubing and turn over devices to owner.(typical for all) 18. Remove external relay cans and relays and install new RIB type relays inside control panel located in mechanical room at SZ-3. 19. Clean up control panel located at SZ-3 20. New Microzone for SZ-3 if required. 21. Replace pneumatic chilled water control valve/actuator on SZ-3 with new control valve w/ electronic operator. 22. Replace pneumatic hot water control valve/actuator on SZ-3 with new control valve w/ electronic operator. 23. Plenum rated cable above lay-in ceilings 24. EMT Conduit in mechanical rooms and outside. 25. All work to be performed during normal business hours. 26. Programming as required to cleanup software no longer being used. 27. Tie-in to existing Network 8000 EMCS system 3. Materials: All devices must be compatible with the Barber-Colman Network 8000 and must be able to be programmed through XPSI software. 4. Location: The work is to be accomplished at Seymour Johnson AFB, NC in buildings 3705 and 1600. 5. Work Week: The contractor is required to work during normal duty hours, 7:30 am through 4:30 pm, Monday through Friday. Any deviations from this schedule shall require 48 hours written advanced notice and the approval of the contracting officer. 6. Workmanship: All workmanship will comply with standard trade practices. 7. Clean up: All waste generated by any work under this project shall be handled, transported, and disposed of off base by the contractor in accordance with all applicable Federal, State, and Local Laws. 8. Warranty: The contractor will guarantee all workmanship for a period of one year from completion of work. The contractor will be responsible for any damage to government facilities resulting from his or her work. If damage is incurred, the contractor will supply skilled craftsman and materials to make repairs. 9. Employees: The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation . FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. AFFARS 5352.201-9101 Ombudsman. Primary Point of Contact is Amn Amanda Ferraiolo at (919) 722-5419 and Alternate is SSgt Michael Demers at (919) 722-5405. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT Oct 1, 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5419. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
- Place of Performance
- Address: 1130 Wright Brothers Ave, Seymour Johnson AFB, NC
- Zip Code: 27531
- Country: UNITED STATES
- Zip Code: 27531
- Record
- SN01117975-W 20060819/060817220814 (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 |