SOURCES SOUGHT
Z -- NLGRP Rack Project - Ground Floor Plan South Revisions 1990 NSSL 0039 (2) 20180417
- Notice Date
- 5/3/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Agricultural Research Service - Plains Area
- ZIP Code
- 00000
- Solicitation Number
- 128KAP18R0003
- Archive Date
- 5/9/2018
- Point of Contact
- Shannon A Colgan,
- E-Mail Address
-
shannon.colgan@ars.usda.gov
(shannon.colgan@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice Temperature Control Rooms 20180419v2 Second Floor Plan South 1990 NSSL 0043 (2) 20180417 Partial Third Floor Plan N 1990 NSSL 0044 (2) 20180417 Partial Second Floor Plan North 1990 NSSL 0042 (2) Partial Second Floor Plan N 1990 NSSL 0040 20180417 Partial Ground Floor Plan North 1990 NSSL 0036 (2) 20180417 Partial Enlarged Mechanical Equipment Room Plan M32 1990 20180417 Partial 2nd floor Plan HVAC N 1990 NSSL 0154 Ground Floor Plan South Revisions 1990 NSSL 0039 (2) 20180417 SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation for proposals or quotes and does not obligate the Government to award a contract. This notice is for informational and planning purposes only and shall not be construed as a solicitation or an obligation or commitment by the Government, nor is it a Request for Proposal (RFQ) at this time. Responses to this Notice must be in writing. The purpose of this Sources Sought Notice is to conduct market research to determine, in particular, the capability of Small Business firms to provide the supplies/services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name; (b) address; (c) point of contact; (d) phone, fax and email; (e ) DUNS Number; (f) Cage Code; (g) socioeconomic category (i.e., small business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, etc.); (h) a technical/capability statement as well as your existing customers (i) any GSA Schedule numbers and expiration dates and (j) if you accept credit cards. ARS will accept responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these supplies. The USDA, ARS, NLGRP, Fort Collins, CO, location has a need for a Replacement of Compressors for the Constant Temperature Rooms, related parts, and warranties. This is a design-build requirement. The unique requirements of this procurement (and its consumables) are: Scope of Work: Base Bid is to provide a Technical Proposal to replace eleven existing compressors with water cooled tube and bundle condensers with adjacent refrigerant piping in a maintainable arrangement for Constant Temperature Rooms 131, 142, 143, 154, 154A, 156, 156A, 206, 223, 224, 225. Reuse existing evaporators after the installation of new thermal expansion valves compatible to new refrigerant for all rooms, except 131. Provide new evaporator for CT room 131 sized appropriately and equipped with electric defrost. Relevant Documents: A. Attached Documents: The Consultant shall use all documents marked by an "X" in preparing the required contract documents. [X] Temperature Control Rooms 20180419v2.pdf [X] Ground Floor Plan South Revisions 1990 NSSL 0039 (2) 20180417.pdf [X] Partial 2nd floor Plan HVAC N 1990 NSSL 0154.pdf [X] Partial Enlarged Mechanical Equipment Room Plan M32 1990 20180417.pdf [X] Partial Ground Floor Plan North 1990 NSSL 0036 (2) 20180417.pdf [X] Partial Second Floor Plan N 1990 NSSL 0040 20180417.pdf [X] Partial Second Floor Plan North 1990 NSSL 0042 (2).pdf [X] Partial Third Floor Plan N 1990 NSSL 0044 (2) 20180417.pdf [X] Second Floor Plan South 1990 NSSL 0043 (2) 20180417.pdf Project requirements: B. Technical Proposals are required to show the new maintainable arrangement for the new compressors with water cooled tube and bundle condensers. The CONTRACTOR shall do the project in two separate phases, Phase 1 and Phase 2 as shown on the Temperature Control Rooms 20180419v2.pdf. 1. Phase one would be for the south rack located in room 301A (6 compressors and associated equipment serving Temperature Control Rooms 142, 143, 154, 154A, 156, and 156A). 2. Phase two is for the remaining rack (5 compressors et al) located in room 301, serving Temperature Control Rooms 131, 206, 223, 224, and 225. C. The compressors and condensers are to be mounted on a single layer raised "rack" which will be installed to allow for ease of maintenance by positioning the racks away from the walls or other fixed barriers. Housekeeping pads to be installed as needed to support the rack. D. Contractor is to size the new compressors and evaporator to meet the specified Control Temperatures. 1. Control Temperatures are to maintain temperatures +/-1 degree Celsius of the setpoint, and control accuracy of +/- 0.5 degree Celsius. Rooms are monitored and controlled by existing Johnson Controls Metasys TM Building Automation System. E. Replace existing Evaporator installed in room 131 with unit sized appropriately to room size and temperature requirements. All other evaporators shall be re-used and cleaned as needed with appropriate coil cleaning methods. F. Replace current evaporator fans with Electrically Commutated Motors (ECM) and controllers. G. Refrigerant used shall be 507. Existing line sets and evaporators are to be cleaned/ flushed per manufacturer recommendations to remove previous refrigerant oil and contaminants. H. Rooms with designed working temperatures below freezing shall have KE2 Evaporator Efficiency units installed. (rooms 131, 154, 154A and 225) These units will control defrost and monitor efficiency in rooms and shall report to a central KE2 LDA interface. I. Install Infrared refrigerant leak detector devices in each room and on compressor racks. These devices shall report to a central monitoring station to alert staff of leaks. J. Replaceable core inline filter-dryers shall be installed on suction line of all compressors. K. Isolation valves shall be installed on water lines at appropriate points on each system to allow ease of service and repair. L. Isolation valves shall be installed on refrigerant lines at evaporator, condenser and compressor. M. Replace existing room lighting (incandescent or metal halide) with waterproof dimming LED linear fixtures providing 40-50 foot-candles at 3 feet above floor. N. Testing of installation 1. Charge system with regulated dry nitrogen and the appropriate tracer gas to bring system pressure up to 300 psig minimum. After system has been checked for leaks and all leaks have been repaired and retested, the system must stand, unaltered, for 24 hours with no more than a +/- 1-pound pressure change from 300 psig, using the same gauge. 2. Vacuum test system per refrigeration compressor manufacturer's recommendation for commissioning. Vacuum test is to be performed in the presence of a Government representative with 200 microns pulled and held for 24 hours. A maximum drift of 100 microns over 24 hours is allowed. See https://www.epa.gov/sites/production/files/documents/leakguidelines.pdf O. Humidity Control is provided by existing Munters desiccant wheel dehumidifiers. No modifications to this equipment are covered under this contract. P. Existing Temperature controlled rooms are constructed with pre-engineered 4" poured-in-place urethane panels (estimated R-28 value). Q. Two access doors allow access into the shaft servicing phase 1 piping connecting the 3rd floor and ground floor walk-in coolers are located at the base of the shaft accessible thru the elevator machine room and at floor level on the third floor. R. Condenser water supply Pumps, each rated at 2 horsepower and programmed for lead/lag control), were designed to provide 60 GPM with a 65-foot head. The cooling tower set point is 68°F with an alarm temperature of 80°F. Special Requirements: A. Coordination of Constant Temperature Room Schedules: 1. Room 206 to be used by Research Program on Dec. 17, 2018, full project completion NLT Dec. 1, 2018. 2. Room 225 to be used by Research Program until July 6, 2018. Edwards Refrigeration will be installing a dehumidifier in this room July 9 - July 23, 2018. Contractors will not interfere in other ongoing project timelines. Room 225 is available for modifications after dehumidifier project completion, NLT July 23, 2018 until Dec. 1, 2018. Research Program to use after Dec. 17, 2018. 3. All other rooms to be completed by estimated project completion date of January 11, 2018. The USDA ARS is interested in replacing this equipment and the consumables, in addition to warranties mentioned above. The NAICS Code for the expected acquisition is 238220 Heating, ventilation and air-conditioning (HVAC) contractors, size standard $15.0M applies. Any subsequent procurement will be conducted as a commercial item purchase in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. Please email capability statements to: Shannon Colgan at Shannon.Colgan@ars.usda.gov by 1600 Mountain Time on Tuesday, May 8, 2017. Telephone inquiries will not be accepted. Please note " 128KAP18R0003 NLGRP Rack Project Sources Sought Notice" in the subject line of the email. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the organizations qualifications to deliver the services. Respondents are also advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback about any of the information received. After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation in Federal Business Opportunities. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cef0d92840eb08d41033d11cfc91e556)
- Place of Performance
- Address: 1111 S. Mason Street Fort Collins, CO 80521, United States
- Zip Code: 80521
- Zip Code: 80521
- Record
- SN04909329-W 20180505/180503230614-cef0d92840eb08d41033d11cfc91e556 (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 |