Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2020 SAM #6713
SOLICITATION NOTICE

Z -- Repairs to Greenhouse/Headhouse Ventilation and Cooling Systems Raleigh NC

Notice Date
4/14/2020 1:09:20 PM
 
Notice Type
Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20Q0038
 
Response Due
5/15/2020 1:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Huron W. Virden, Phone: 6626865388
 
E-Mail Address
huron.virden@ars.usda.gov
(huron.virden@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USDA-ARS Plant Science Research facility at 3127 Ligon St, Raleigh, NC 27606 seeks contractor services to replace nine (9) evaporative coolers, eleven (11) exhaust fans, and wiring/conduit for air intake louvers throughout three greenhouses and a headhouse. The work includes but is not limited to:� The contractor shall provide all labor, supervision, tools, equipment, and materials necessary to replace nine (9) evaporator coolers, eleven (11) exhaust fans remove and wiring/conduit for air intake louvers throughout three greenhouses and a headhouse, located at the USDA-ARS Plant Science Research facility, 3120 Ligon St., Raleigh, NC., 27606.� All work shall be performed in accordance with the terms, conditions, drawings and specifications contained in this document. Scope Statement The USDA-ARS Plant Science Research facility at 3127 Ligon St, Raleigh, NC 27606 seeks contractor services to replace nine (9) evaporative coolers, eleven (11) exhaust fans, and wiring/conduit for air intake louvers throughout three greenhouses and a headhouse. The contractor shall include all services and field labor, equipment (manlifts and rigging as needed), materials, testing and personal protective equipment necessary to perform the work. No Government equipment will be available for use by the contractor. 1.1. Base Bid The contractor shall provide a detailed proposal and cost breakdown for the entire project as specified in this statement of work. Preparation for this work will involve dialog with site personnel to determine the specific site requirements. 1.2. Site Visit Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The site visit shall be for the purpose of observing first- hand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where Contract Documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. A Site Visit will be scheduled and announced after the current COVID-19 virus issue allows. Contractor must be registered in System for Award Management, (SAM), prior to submitting a bid. Registration can be completed at www.sam.gov/portal/public/SAM 2. Codes and Standards Applicable Codes and Standards apply and are not limited to the following ANSI - American National Standards Institute. ASME - American Society of Mechanical Engineers. NEC - National Electrical Code, NFPA 72. OSHA - Occupational Safety and Health Administration ADA � Americans with Disabilities Act All work must meet ARS 242.1M �ARS Facilities Design Standards� for the defined scope of this project in addition to meeting all Local, State and Federal codes, and latest IBC codes. The document may be found at https://www.afm.ars.usda.gov/ppweb/pdf/242-01m.pdf. 3. Project Summary This project is to replace nine (9) evaporative coolers, eleven (11) exhaust fans, and wiring/conduit for air intake shutters throughout three greenhouses and a headhouse. The evaporative coolers have developed extensive leaks and have lost cooling capacity. Water has entered the conduit serving the air intake louver motors and has damaged the wire within. The exhaust fans in one greenhouse and the headhouse are old and do not meet current efficiency standards. This turnkey project consists of the following elements: 1. Remove existing evaporative cooling systems in three greenhouses, (9 total) and replace with new equipment per the specifications in this document. 2. Remove existing exhaust fan assemblies in Greenhouse #2 (7 total) and replace with new equipment per the specifications in this document. 3. Remove existing conduit and wiring between disconnect switch and intake actuator motors in three greenhouses and replace with new conduit and wiring. Statement of Work USDA, Agricultural Research Service Page 5 of 15 4. Remove existing exhaust fan assemblies in the headhouse breezeway (4 total) and replace with new equipment per the specifications in this document. 5. Perform electrical and mechanical checkout of the new system to ensure all steps have been completed according to the manufacturer�s documentation. 6. Provide start-up services by the manufacturer�s field service representative to commission the new system. 7. Provide training for the new system by the manufacturer�s field service representative. The facility will be occupied during construction activities. Power outtages to accommodate electrical tie-ins are to be scheduled in advance and coordinated with the facility representative to minimize the disruption to daily operations and research programs. Refer to attached pictures of existing coolers, fans, and conduit to actuator motors at the end of this document. 4. Equipment and Install Specifications 4.1. Exhaust Fans (Greenhouse 2) Exhaust fans in greenhouse 2 shall be replaced with American Coolair Model CBL/NBF 36 or equivalent. Exhaust fans shall include: � motor/propeller assembly � metal housing � angled discharge hood � intake louvers � PVC coated wire guard on intake and discharge � wiring/conduit from fan motor to disconnect switch Contractor shall include modifications to greenhouse glazing necessary to facilitate proper installation. Opening in greenhouse wall for existing motors measures approximately 36""x36"". Motors are single phase, 115V. 4.2. Exhaust Fans (Headhouse) Exhaust fans in headhouse shall be replaced with new belt driven fan assemblies rated at or exceeding air flow capabilities of the existing motors. Replacement Statement of Work USDA, Agricultural Research Service Page 6 of 15 fans shall include motor and propeller assemblies, metal housing, discharge louvers, PVC coated wire guard on intake side, and wiring/conduit between fan motor and contactor box. The existing opening in block wall for fan assemblies measures approximately 41""W x 41""H x 7.5"" D. Motors are single phase, 115V. 4.3. Evaporative Coolers All evaporative coolers shall include: � PVC troughs � Manual water control valves � In-line filters � Pumps � 4"" double-coated cooling pads Evaporative cooler arrangements shall include reservoirs located inside greenhouse structure or utilize self-contained reservoir systems where internal reservoirs are not possible. Cooler mounts and stringers shall be pressure treated lumber sized consistently with cooler manufacturer recommendations. Existing coolers are approximately 23-24 feet long and are sized for pads measuring 36"" tall and 4"" thick. 4.4. Electrical Installation Wiring, conduit, fasteners, and junction boxes to intake shutter actuator motor circuits shall be rated for wet locations and installed in a manner preventing water intrusion. The conduit, fasteners, and junction boxes for this installation are to be suitable to be in direct contact with water for extended periods. 5. Utilization of Bio-Based Products The contractor shall utilize products and material based from bio- based materials as applicable, (e.g. bio-based greases; bio-based hydraulic fluids, bio-based absorbents), to the maximum extent possible without jeopardizing the intended end use of detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to the applicable Federal Specifications and Standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Engineering Project Manager (EPM). Products can be found at: www.biopreferred.gov Statement of Work USDA, Agricultural Research Service 6. Safety The contractor will submit a Site Specific Safety Plan/Accident Prevention Plan in industry recognizable format to the Contracting Officer within 14 days of contract award. Contractor shall furnish a Site-Specific Safety Plan (SSSP) and the Government shall review the SSSP prior to the start any construction activities. Safety and health matters, as they relate to the work, are the exclusive responsibility of the contractor. The contractor shall furnish, erect, and maintain barricades, warning lights, signs, guards, or take other precautions that may be required by law or local authorities for the protection and security of the grounds, facilities and personell. 7. Contractor Responsibilities The contractor shall provide a complete and operable installation, including all labor, supervision, tools, materials, equipment, apparatus, transportation, rigging and other equipment and services necessary to accomplish the work in accordance with the intent and meaning of this statement of work. The contractor shall include all required piping, fittings, electrical conduit, wiring, hanger brackets, and insulation changes or modifications for a complete and operable installation. All electrical service wiring and control wiring shall be included. The project work shall be performed per the following guidelines: 1) Contractor will verify all dimensions and existing site conditions prior to beginning work. 2) The contractor shall always be responsible for protecting his work and ensuring the safety of his crew and ARS employees. 3) Contractor shall remove and dispose of all construction related materials from all work areas daily and remove these waste materials from the site on a weekly basis. 4) Contractor is required to manage the project and consult with the Government prior to beginning all work phases. 5) Contractor shall perform work in a manner that minimizes the impact the daily operations of the facility and its workers. � 6) Contractor will provide daily reports of work performed to the Location Monitor (LM). 7) Contractor must have a superintendent on the jobsite when crews are performing the installation work. 8) Contactor will provide their own restroom facility. 9) Contractor to include commissioning of the new system All work is to be performed according to the building codes, ordinances and laws of the Authority having jurisdiction on the project. When the requirements of the building codes, ordinances and laws conflict with any other part of the building codes, ordinances and laws, the most restrictive requirement shall prevail. Upon completion of the project, the contractor shall remove from the premises all accumulated materials and rubbish caused by the project. Premises shall be left in a clean, orderly, and acceptable condition. 8. Documentation Requirements 8.1. Submittals The contractor shall submit all documents necessary to describe the complete design intent to successfully complete and deliver a fully functioning system. Electronic submittals on all equipment and materials used on this project shall be submitted to the EPM, LM, and CO noted in this document. The following submittals are required during the course of this project: 1. General arrangement drawings (layouts) 2. Manufacturer�s documentation: (outline drawings, data sheets, brochures) 3. Piping specifications and pipe routing drawings 4. Material Safety data Sheets (if applicable) 5. Electrical wiring schematics (pumps) Approved submittals do not automatically constitute a waiver to the contract document requirements. Include certified performance curves and rated capacities, operating characteristics, furnished specialties, dimensions, and accessories for each type of product indicated. �� 8.2. Pre-Construction Submittals Prior to Construction Notice to Proceed (NTP) the following submittals must be submitted to the Contracting Officer (CO) for approval. 1. Work Schedule including daily start/stop time. 2. Project Schedule. 3. Accident Prevention Plan/Safety Plan. 4. List of contract personnel of the general and subcontractors. 8.3. O&M Manual The contractor shall provide an O&M manual that includes each piece of equipment provided one week prior to project completion. The manual shall include the following: 1. OEM supplier information 2. Manufacturers' maintenance documentation: (Procedures and Service Schedules) 3. Spare parts lists 4. Maintenance service contracts (if applicable) 5. Manufacturer�s Warranty documentation The contractor shall submit manual in electronic PDF format. Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 9. General Requirements 9.1. Damage to Property: The Contractor shall protect the work, the site, and all existing property and structures within the limits of the construction activities or that may be affected thereby until acceptance of the work. Any damage to property shall be repaired at the Contractor�s expense, to pre-damaged condition to the satisfaction of the LM. �� 9.2. Inspection and Acceptance: A government representative shall inspect and approve the work performed on this project. The Contractor shall schedule inspection a minimum of 2 days in advance with the LM. 9.3. Quality Control The work performed under this contract shall be subject to continuous audit by the LM. Quality control is the exclusive responsibility of the Contractor. 9.4. Clean Up The construction site shall always be kept clean and free of debris. Restore areas disturbed as nearly as possible to the original appearance and condition. Upon completion of the project, and prior to final inspection, the Contractor shall remove all unused material, trash, and debris resulting from the work to the satisfaction of the LM. Dispose of removed materials, waste, trash, and debris in a safe, acceptable manner, in accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. 10. Period of Performance (POP) The completion of this project shall not exceed 60 days from date of notice to proceed. A request for time extension must be submitted to the Contracting Specialist in writing. Each request must include specific and detailed reasons in support of the schedule alteration. The Contractor will work with site personnel to ensure project is accomplished in a timely manner. 10.1. Work Hours Contractor work hours shall be Monday through Friday, seven (7) A.M. to four (4) P.M. with the exception of Government holidays. Any changes to work schedule shall be submitted to Contacting Officer for written approval prior to schedule change. 11. Guarantee The contractor shall provide and submit a single guarantee stating that all portions of the work are in accordance with Contract requirements. Guarantee all work against faulty and improper material and workmanship for a period of one (1) year from date of final acceptance by the USDA, except where manufacturer guarantees or warranties are for longer terms. The ontractor shall correct any deficiencies which occur during the guarantee period within 24 hours after notification.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/457b1fe8b0bd4ffc821a58f9280c19fc/view)
 
Place of Performance
Address: Raleigh, NC 27695, USA
Zip Code: 27695
Country: USA
 
Record
SN05620552-F 20200416/200414230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.