Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
SOURCES SOUGHT

99 -- THIS IS A SMALL BUSINESS SET-ASIDE PROJECT - Mechanical Work at the Chicago Air Route Traffic Control Center, Aurora, Illinois

Notice Date
11/4/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-00072
 
Response Due
11/15/2010
 
Archive Date
11/30/2010
 
Point of Contact
Melody McGovern, 847-294-7347
 
E-Mail Address
melody.mcgovern@faa.gov
(melody.mcgovern@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SMALL BUSINESS SET-ASIDE PROJECT: The FAA is seeking firms capable to perform the following work at the Chicago Air Route Traffic Control Center, Aurora, Illinois. Work consists of but is not limited to the following:Part A: AHU Replacement in the Control Wing Basement (CWB):1.Remove three (3) existing air handling units (AHUs-104, 105 and 106) and associated piping, valves and components in Room B120. Disconnect/disable DDC hardware and software points as shown on drawing ZAU-D-ARTCC-M002.2.Disconnect, cut and cap CWS, CWR, LPS and condensate drains as required.3.Provide three (3) new air handling units as shown on drawing with new upgraded cables, wiring, breakers and panels as required. 4.Reconnect/enable existing hardware, fail mode and software points and add new points to the existing DDC system per drawing. Reprogram affected software points as required.5.Reconnect CWS, CWR, drains and associated piping as shown on the drawing.6.Provide new valves, strainers and unions and stainless steel braided flexible connectors for CWS/CWR and all drain lines for all AHUs.7.Provide LSP/LPR stainless steel braided flexible connectors for AHU-106.8.Provide raised floor panels to match existing and repair/refinish existing panels as required.Part B: Ultrasonic Test Repair Critical Piping: 9.Power Service Building: (Engine Generator #2): Replace approximately seven (7) feet of 2" condenser water return piping. 10.Admin Wing Basement: Chiller Room - B115 (4" Bypass Control Valve): Replace approximately ten (10) feet of 4" chilled water bypass piping. Provide new insulation and PVC jacket to match existing. 11.Work as indicated on project drawing: ZAU-D-ARTCC-M001 and in the project specifications.Part C: DSR Extension Modifications - Heating: 12.Provide two (2) 1.5 kw electric, recessed, wall-mounted unit heaters in the DSR northeast area. See Drawing: ZAU-D-ARTCC-M203 for detail. 13.Re-wire the existing subpanel to BS2A to include two (2) 208 volt circuit breakers.14.Under the raised floor at the wall heaters provide a duplex NEMA 6-20R at each outlet receptacle for the provision of building service system power.15.Modify existing wall framing as indicated on drawings.16.Provide 7"x 69" closure panel between wall and equipment console per drawings.Part D: DSR Floor Firestopping: 17.Clean and prepare openings in the Control Room floor to receive firestopping systems per the project specifications. 18.Provide through-penetration firestopping systems at openings per the project specifications.19.Area of work is accessible from the basement level. The ceiling is exposed except in the HOST Room where an acoustic tile, lay-in ceiling exists. Part E: Flex Connector Replacement: 20.Provide eight (8) 2-inch flexible connectors (4-HW and 4-CHW) for AHUs 11 and 12, located in the Auto Wing Attic (reference Drawing: GL-D-2331-M022.)21.Provide eight (8) 2.5-inch flexible connectors (4-HW and 4-CHW) for AHU's 205A and 205B, located in the Control Wing DSR Attic (reference Drawing: GL-D-1935-M13.).22.Provide eight (8) 2.5 flexible connectors (CHW) for AHU's 201, 202, 203, and 204 located in the DSR attic (reference Drawing: GL-D-1935-M13.)23.Installation may require cutting and rethreading of existing or new pipe to accommodate flexible connectors.24.Re-insulate exposed piping with new fiberglass insulation.25.Field verify all existing connector sizes. Actual sizes may not agree with sizes shown on reference drawings. 26.Coordinate with Contracting Officer's Technical representative (COTR) to perform the connector replacement work in two (2) phases for the HW and CHW lines. Part F: Main Backflow Preventer: 27.Provide new main backflow preventer in the Administration Wing in the basement (Room B114). The new backflow preventer shall be supported by at least two steel supports on the floor. Associated existing piping needs to be modified with additional sections to accommodate new backflow preventer in the limited space. New installation shall include but shall not be limited to: backflow preventer, associated piping, flanges, and valves etc. See Sketch #1 in specification Section 15100 "Backflow Preventer".28.Other work as required on the project drawings and in the specifications of Parts A, B, C, D, E and F. Offer range is between $100,000 and $300,000 with a performance time of approximately 120 calendar days. Construction start is anticipated for mid January 2011. The NAICS code for the acquisition is 236220. To be considered for the award of this project, the contractor must be currently registered in the Central Contractor Registration (CCR) database (website: ww.ccr.gov). To obtain a copy of this solicitation, please submit a written request via fax or e-mail with your name, company name, address, phone and fax number and email address to Melody McGovern, fax (847) 294-7801 or e-mail melody.mcgovern@faa.gov. REQUESTS MUST BE RECEIVED NO LATER THAN NOVEMBER 15, 2010. Verbal requests for this solicitation WILL NOT BE HONORED. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-11-R-00072/listing.html)
 
Record
SN02322792-W 20101106/101104234414-3b106b701659992fabe6560cf5e19590 (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.