SOLICITATION NOTICE
99 -- Market Survey - Replace Chiller Control Panels at ARTCC, Auburn, WA
- Notice Date
- 10/31/2012
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-530 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-13-R-00022
- Response Due
- 11/9/2012
- Archive Date
- 11/24/2012
- Point of Contact
- Michael Widell, 425-227-2042
- E-Mail Address
-
michael.ctr.widell@faa.gov
(michael.ctr.widell@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO) website, please visit http://faaco.faa.gov/ for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov/. The purpose of this Market Survey is to seek competent and qualified contractors to perform all work necessary to replace the chiller control panels on all 4 chillers at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington in accordance with the specifications, drawings, contract clauses, and wage rates. The NAICS Code for this project is 238220. The Small Business Administration Size Standard for NAICS Code is $14.0 million. The Federal Aviation Administration, Northwest Mountain Region, Western Service Area, is conducting a Market Survey/Request for Information to improve the Government's understanding of the current marketplace and to identify capable sources. Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB), etc. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's market Survey/Request for Information submissions will be solely at the interested vendor's expense. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Response submittals must include the following information (Submittals by email): A) Name of company B) Address C) Phone and Fax number D) Point of contact E) Email address F) Business size status: 8(a), Small Business, SDVOSB, VSB, etc. G) Verification of registration in the System for Award Management (SAM) H) Any other pertinent information. Please submit responses to the market survey by close of business (2 pm, PST) on November 9, 2012. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email at: michael.ctr.widell@faa.gov, Contract Administrator: Michael Widell, Phone: 425-227-2042. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169 The following is a general description of the work: There are four (4) existing Trane 320 ton chillers installed in the Seattle ARTCC. These chillers were installed in the early to mid-1990 and their control panels are obsolete types which are current not supported by the manufacturer. These control panels are to be replaced with the newest variant of the Trane Adaptiview Control Panel Package. This package is to contain the newest display, UC 800 Controller, mounting swing arm and the new control panel. Included in this project is the connection and full integration of the new control panel system with the facility's DDC system which consists of the Johnson Control's Metasys System. The panels shall be programmed with all communication units of the English format and not the Metric format. For example, Degree F shall be used not Degree C. Also included in this statement of work is the replacement of the conduit and wiring system of the Johnson Control's Metasys System to the three older Trane Chillers (CH 100, CH 400 and CH 500). A single conduit may be run to the ceiling above these chillers; however, from this location three (3) separate conduits shall be run from this point to each of the three older chillers. Chiller 200 is the newest of the four (4) chillers and is not included with the re-conduit and re-wiring effort. The existing wiring and conduit for Chiller 200 may be re-used if possible. The existing, old wiring shall be removed from the existing conduit for Chiller 100, Chiller 400 and Chiller 500. This wiring is not to be abandoned in place. This work shall be accomplished by JCI. The Tracer TU Service Tool shall be provided for work on the panels. Any and all associated work required to install and return the four chillers to full operation is included in this work. This associated work includes but is not limited to removal and replacement of the control panels, removal and replacement of the refrigerant charge, marking and revisions to the control system wiring, removal and replacement of existing sensors, transducers, brackets, required pressure and vacuum testing, required or recommended oil changes and refrigerant dryer servicing. A certified trained technician shall perform this work. The refrigerant technician shall have the qualifications and requirements, as specified in the Federal Clean Air Act and FAA Order 1050.18.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-13-R-00022/listing.html)
- Record
- SN02922045-W 20121102/121031234251-1d070ccf246c55bc7af9adba10cfe90b (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 |