Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2011 FBO #3371
SOURCES SOUGHT

99 -- Replacement of the Air Handling Units (AHUs) at the Los Angeles Air Route Traffic Control Center (ARTCC) located in Palmdale, CA

Notice Date
2/14/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-052 AWP - Western Pacific
 
ZIP Code
00000
 
Solicitation Number
DTFAWN-11-R-02292
 
Response Due
2/22/2011
 
Archive Date
3/9/2011
 
Point of Contact
Elsa Gonzalez, 310-725-7499
 
E-Mail Address
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This requirement is an SEDB 8(a) certified business set-asideNOTE: If viewing this announcement from a source other than the FAA Contract Opportunities website, please visit http://faaco.faa.gov for the original announcement. Updates and or amendments will only be issued through the FAA Contracting Opportunities Website.Introduction/Description: The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to replace four (4) Computer Room Air Handling Units (AHU's) located in the Control Wing Basement HOST Room and two (2) Computer Room Air Handling Units located in the Control Wing Basement Electronic Equipment Room at the Air Route Traffic Control Center (ARTCC) located in Palmdale, CA. Work includes but is not limited to the following: A. AHU's units (AHU's 105 and 109) at Electronic Equipment Room (B120): The two units servicing the Electronic Equipment (Telecommunications) Room were installed in the late 1980's. AHU-105 has chilled water cooling, hot water heating and a steam humidifier. AHU-109 has chilled water cooling and hot water heating. Humidification for AHU-109 is provided by a separate stand alone electronic humidifier. The replacement air handling units must be controlled by the existing Johnson Controls Metasys DDC systems at the site. 1. Isolate and demo existing two (2) AHU units (AHU's 105 and 109) and associated piping, supports, and electrical systems.2. Furnish and install new two (2) AHU units and associated piping, ductwork, supports, controls, and electrical system.3. Furnish and install new duct smoke detector to each AHU and interface with existing fire alarm control panel.4. Furnish and install all software, graphics, hardware, and programming required for interfacing new AHU's with existing Johnson Controls Metasys DDCS. 5. Test, adjust and balance mechanical systems and provide certified report.6. Provide training on mechanical equipment as specified.7. Replace only one-unit out of service at anyone time.8. Modify raised floor system as required to install new AHU's. B.AHU's units (AHU's 21, 22, 23 and 24) at Host Mechanical Room (B119): The four Air Handling Units servicing the Host Area Computer Room were initially installed in the mid 1980's. AHU-24 was replaced in 2000. The four units all have chilled water cooling, hot water heating, steam humidifiers and factory supplied condensate pumps. The replacement air handling units must be controlled by the existing Johnson Controls Metasys DDC systems at the site. 1. Isolate and demo existing four (4) AHU units (AHU's 21, 22, 23 and 24) and associated piping, supports, and electrical systems.2. Furnish and install new four (4) AHU units and associated piping, supports, controls, and electrical system.3. Furnish and install new duct smoke detector to each AHU and interface with existing fire alarm control panel.4. Furnish and install all software, graphics, hardware, and programming required for interfacing new AHU's with existing Johnson Controls Metasys DDCS. 5. Test, adjust and balance mechanical systems and provide certified report.6. Provide training on mechanical equipment as specified.7. Replace only one-unit out of service at anyone time.8. Modify raised floor system as required to install new AHU's. The Government intends to award a firm-fixed price contract to the low priced technically acceptable offer. Contract award will consist of the following evaluation criteria: Past Performance:The offeror must demonstrate successful completion of at least five (5) projects of same or similar magnitude and complexity completed during the last six (6) years. Residential experience will not be considered. Technical Approach:The offeror will be evaluated on the degree to which the offerors demonstrates an adequate technical understanding of the work set forth in the scope of work/specifications and relates an adequate approach, sufficient systems and reflects how the offeror intends to efficiently and effectively accomplish the requirements in a customer-focused and timely manner. Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.gov The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by February 22, 2011. T3.6.1 - Small Business Development Program (Revision 21, October 2007) Small Business Development 5: DOT Lending Program 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. NAICS Code: 238220 - Plumbing, Heating, and Air Conditioning (HVAC) Dollar Range: $250,000 - $500,000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-11-R-02292/listing.html)
 
Record
SN02379645-W 20110216/110214234540-e0bc8906aeb2ced26f00ddce1d7a7128 (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.