DOCUMENT
Z -- Modernize HVAC System, Phase-I Project, ATCT, Chicago O’Hare Int’l Airport, Chicago, Illinois - Attachment
- Notice Date
- 12/15/2016
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-520 CN - Central Logistics Service Area (Great Lakes)
- Solicitation Number
- DTFACN-17-R-00052
- Response Due
- 1/3/2017
- Archive Date
- 1/3/2017
- Point of Contact
- Melody McGovern, melody.mcgovern@faa.gov, Phone: 847-294-7347
- E-Mail Address
-
Click here to email Melody McGovern
(melody.mcgovern@faa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This project is considered a small business set-aside. The FAA is seeking experienced firms to provide all labor, material, equipment, tools, supervision and transportation to provide the scope of work as follows for the Modernize HVAC System, Phase-I Project, ATCT, Chicago O ™Hare Int ™l Airport, Chicago, Illinois: A. Scope of Work - These specifications, together with the referenced specifications, standards, and drawings specified in the contract documents cover the requirements for all work associated with the following: 1. Preparatory Work a. Contractor coordinate all activities, especially in any Air Traffic work areas affected, with the Resident Engineer (RE) or Contracting Officer ™s Representative (COR), to minimize impact to air traffic. b. Furnish and install temporary 10-tons air-conditioning as a standby unit and in operation before demolition work begin for AHU-5 and AHU-6 serving the critical electronic equipment room on the 16th floor of the ATCT. Contractor shall coordinate with COR, the exact placement of temporary backup air-conditioning unit for AHU-5 and AHU-6. c. Furnish and install temporary 10-tons air-conditioning as a standby unit and operation before demolition work begin for existing ceiling air-conditioning unit serving Simulation equipment room 2nd floor of the ATCT. Contractor shall coordinate with COR, the exact placement of temporary backup air-conditioning unit. d. Contractor shall coordinate with COR, the exact location of installation of the chilled supply and return (CWS/CWR) isolation valve in the base building ATCT 3rd floor mechanical room. Also coordinate with COR, the exact location of installation of the chilled supply and return (HWS/HWR) isolation valve in the base building ATCT 3rd floor mechanical room. e. Contractor shall coordinate with COR, the exact location of installation of the chilled supply and return (HWS/HWR) isolation valve in the base building ATCT 3rd floor mechanical room. f. Contractor shall coordinate with COR, the entry/exit access on the ATCT 3rd floor mechanical prior to demolition existing chiller. Also, the contractor shall coordinate with the COR and the City of Chicago as regard access and lifting activities. 2. Installation Work a. Furnish and install two (2) 10 tons modular unit Air-handling unit AHU-5 and AHU-6 with associated controls, electrical wirings, insulation, valves, and humidifiers for the ATCT 16th floor. Contractor shall interface existing controller of AHU-5 & 6 with the existing Lon network of the building automation system (BAS). b. Furnish and install two computer room air-conditioning unit (CACU-6 & 7), control valves, isolation valves communication controller, Site-link interface, piping and insulation. c. Furnish and install one (1) indoor air cooled chiller (CH-1), controls, refrigeration leak detection control, electrical wiring, pumps, valves and foamed glass insulation. Contractor shall interface existing controller of (CH-1) with the existing Lon network of the building automation system (BAS). d. Furnish and install one (1) indoor condenser unit (ACCU-1), controls, electrical wiring, valves and foamed glass insulation. Contractor shall interface new condenser control with existing Lon controller. Contractor shall interface existing controller of (ACCU- 1) with the Lon network of the building automation system (BAS). e. Furnish and install two (2) 5 tons package chilled water computer room air-conditioning (CRAC) unit with ducted upflow airflow configuration, associated controls, electrical wiring, piping, isolation valve, and insulation for the ATCT 2nd floor Simulation equipment room. New controller shall be interfaced with the Lon network of the building automation system (BAS). Exact location of the units in the simulation room shall be coordinated with COR. f. Furnish and install new Air Intake dampers and exhaust air dampers with positive seal closure and drainable blades. g. Provide new fiberglass insulation for equipment space on the 17th and cable access levels. Coordinate exact location that needed insulation with COR. h. Furnish and install new Fan Power Induction Box (FPIB-34), associated controls, valves, insulation, thermostat, and reconnect electrical wiring for room 224. Contractor shall interface new controller with the Lon network of the building automation system (BAS). i. Furnish and install new Fan Power Induction Box (FPIB-44), associated controls, valves, insulation, thermostat, and new electrical wiring for room 209. Contractor shall interface new controller with the Lon network of the building automation system (BAS). j. Furnish and install new dielectric couplings for all hydronic equipment in the base and ATCT mechanical equipment room as indicated on drawing. k. Furnish and install new dielectric couplings for all chilled water supply and return (CWS/CWR). Also replace all defective dielectric coupling for all hot water supply and return system (HWS/HWR). l. Furnish and install 2-1/2 inch chilled water supply and return (CWS/CWR) isolation valves with turning wheel, for ATCT 3rd floor mechanical pipe chase. m. Furnish and install 4-inch isolation valves for the chilled water supply and return (CWS/(CWS/CWR) ATCT 3rd floor mechanical room. m. Furnish and install 4-inch isolation valves for the chilled water supply and return (CWS/CWR) ATCT 3rd floor mechanical room. n. Furnish and install foam glass insulation with PVC Jacket for CWS/CWR/HWS/HWR on ATCT 3rd floor mechanical room and pipe chases. Contractor shall perform site visit to get accurate measurement of piping as regard to new insulation. o. Furnish and install fire protection material with inspection stickers for all CWS/CWR/HWS/HWR piping penetration of interior wall of ATCT 3rd floor mechanical room and pipe chases. p. Test and balance air and water flows according to reference drawings or to rated equipment capacity. Submit air/balance report to the COR. q. All wiring and grounding requirements shall be per the latest National Electric Code, FAA Spec C-1217g. B. Option 1: Contractor shall investigate all sources of outdoor air infiltration into specific location of the ATCT wall penetrations, such as elevator shaft, mechanical rooms and provide detailed report on findings and recommendation. The estimated price range for this procurement is between $1,000,000.00 and $5,000,000. NAICS Code is 238220. The contractor awarded the contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS. INTERESTED FIRMS MUST COMPLETE AND SUBMIT ATTACHED BUSINESS DECLARATION FORM ALONG WITH A LETTER OF INTEREST. General contractors must submit their interest for subject project on letterhead and include the firm's name, address, e-mail, phone number, fax number, and point of contact by no later than JANUARY 3, 2017. Letter of interest may be sent electronically to melody.mcgovern@faa.gov. "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. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/26223 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-17-R-00052/listing.html)
- Document(s)
- Attachment
- File Name: BusinessDeclaration 4 16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73278)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/73278
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: BusinessDeclaration 4 16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73278)
- Record
- SN04352460-W 20161217/161215234141-aec88f1507ead8d7fb93e985f62d5c13 (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 |