SOLICITATION NOTICE
Z -- Nespelem Building 20 HVAC Improvements - Package #1 - Location Map
- Notice Date
- 12/8/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
- ZIP Code
- 98104
- Solicitation Number
- 16-102-SOL-00003
- Point of Contact
- John W Fannon, Phone: 2066152753, Paul J. Reed, Phone: 2066152504
- E-Mail Address
-
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Location Map B-20 Site Plan This is a Pre-solicitation notice. The RFQ will be available on or around 12/22/15, on www.fbo.gov, under this solicitation number: 16-102-SOL-00003. In accordance with the Federal Acquisition Regulation 5.205, Indian Health Services is issuing a Pre-solicitation notice for maintenance and repair services including all labor, materials and equipment necessary to complete all work as defined in the Statement of Work. This is not a solicitation announcement for proposals, and no contract will be awarded from this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement" if any "that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. This will be a total small business set aside. The North American Industry Classification System (NAICS) Code is 236220. This Pre-solicitation notice ANNOUNCEMENT IT IS NOT A REQUEST FOR PROPOSAL. Building #20 Heat Pump Replacement, Nespelem, WA I.Overview A.Site Location: The Old Colville Hospital Building #20 is located approximately 100 miles northwest of the Spokane, Washington. The project location and physical address is: 14 San Poil Avenue Nespelem, WA 99155 B.Problem Statement: The Building #20 has been vacant for numerous years and only used to store large building materials and surplus office furniture. This project is necessary to improve the building heating and cooling thus to provide an environmental comfort for new office occupancy use. C.Objective: Improve the environmental condition by replacing inefficient and malfunctioning HVAC system, D.Building Background: The Building #20 was constructed in mid-1930's and used as doctor's living quarters and later converted to healthcare administration office. It is a rectangular shaped single story structure with full basement. The exterior walls are constructed of poured-in-place concrete, and the roof is constructed with wood rafters with asphalt shingle roofing. This project does not include removal of any hazardous materials. Although it has no impact on this project, the contractor should be aware that there are lead-based paint and asbestos materials presence throughout building. The 2009 environmental survey report indicates the original exterior and interior paint contain lead-based paint but have been concealed with couple coats of nonleaded paint. The 2008 Asbestos survey report indicates finding of asbestos materials floor tiles, window putty, light shield insulation, insulation wrap for plumbing pipes in the basement crawl space, sink undercoating, and drywall joint compound. Contractor shall take precautionary measures to avoid disturbing these items. Gross square footage excluding the basement is 1,540 square feet. E.Work Summary: The Contractor to replace two 2 ½ ton heat pumps with more reliable and energy efficient HVAC units. The existing units have exceeded the life expectancy and are operating inefficiently. II.Technical Requirements A.Codes, References, and Standards: Work under this contract shall be performed in compliance with the codes, references, and standards listed below: 1.Current International Building Code, ANSI, ASHRAE, ASME, 2.Current International Mechanical Code, 3.Current National Electrical Code, 4.Fire and Life Safety Codes (NAPA) B.Submittals: The Contractor shall provide submittals on the items listed below. CO approval is required before proceeding with the portion of work the submittal applies to: 1.Pre-Construction a.Construction Schedule b.Safety and Accident Prevention Plan 2.Material Specifications: Submit manufacturer, product name and/or number, manufacturer's recommendations, and other pertinent information to fully describe the HVAC system. 3.Post - Construction a.Product Warranties b.Workmanship Warranties C.Material Specifications: 1.Contractor shall prepare and submit to the Contracting Officer (CO) for approval the product data and shop drawings for installation of two (2) new electric 2.5 ton heat pumps. The heat pumps shall be minimum efficiency rating of 20 SEER and 10 HSPF that will meet the ENERGY STAR requirements. The design of heat pumps components shall include the following: •Variable speed compressor. •Communicating capability and unique refrigerant cooled inverter drive. •Compressor sound insulator •All-aluminum spine fin coil. •Rustproof base pan •Integrated fan system •Simplified two-wire connection •Full-sided louvered panels •Weather guard fasteners. 2.A programmable commercial electronic thermostat shall be installed in an appropriate location near the building hallway for controlling the new system. Thermostat shall have 7-day time clock, holiday scheduling, auto-changeover, multi-stage capability, and large liquid crystal display (LCD) temperature display. 3.Provide other materials not specifically described but required for a complete and proper installation as selected by the Contractor subject to the approval of the Project Officer. 4.The Contractor shall provide a 10-year limited warranty on compressor, outdoor coil and internal functional parts, and a one-year warranty on installation from the date of substantial completion. D.Quality Assurance: Contractor shall provide quality assurance that meet the following: 1.Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 2.Fabricate and label refrigeration system to comply with ASHRAE 15, "Safety Code for Mechanical Refrigeration." 3.ARI Certification: Units shall be ARI certified and listed. 4.Units shall be designed to operate with HCFC-free refrigerants. E.Work Execution Requirements: 1.Contractor shall comply with the Section 608 of the Clean Air Act of 1990 and Environmental Protection Agency (EPA) regulations for removal and disposal of refrigerant from the old heat pumps prior to hauling away the units for disposal. 2.Contractor shall remove old units and install new units following the manufacturer's specifications and shall comply with NFPA-90A requirements for flame spread and smoke generation. 3.Install units level and plumb, maintaining manufacturer's recommended clearances. 4.Modify required electrical work needed as per manufacturer's instructions and accordance with the National Electrical Code. 5.Modify any necessary sheet metal duct connections. 6.Install a programmable commercial electronic thermostat in an appropriate location near the entry hallway for controlling the new system. Thermostat shall have 7-day time clock, holiday scheduling, auto-changeover, multi-stage capability, and large liquid crystal display (LCD) temperature display. 7.Perform the following field quality-control tests and inspections and prepare test reports: a.Retain subparagraphs below with either paragraph above. Edit to suit Project. •Complete installation and startup checks according to manufacturer's written instructions. •Operational Test: Engage a factory-authorized service representative to perform startup service. After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 8.Test and adjust controls and safeties. Provide a heat pump operation and maintenance training to the facility maintenance staff that covers unit operation, routine and periodic maintenance, basic troubleshooting, and service requirements. 9.Contractor shall provide COR three sets of Operational Manuals, equipment data sheet, and one printed copy of as-built drawings with electronic copies in CD format. III.Drawings: Attached A.Project Location Map B.Site Plan Contracting Office Address: 701 5th Street Suite 1600 Seattle, WA 98104-1101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/16-102-SOL-00003/listing.html)
- Place of Performance
- Address: 14 San Poil Avenue, Nespelem, Washington, 99155, United States
- Zip Code: 99155
- Zip Code: 99155
- Record
- SN03964292-W 20151210/151208234743-c1e0c2b8a08fe07bd79dd6357ce4a9e8 (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 |