SOLICITATION NOTICE
J -- Fort Loudoun Lock HVAC Rehabilitation of Operations Building
- Notice Date
- 8/10/2020 9:52:03 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P520Q0039
- Response Due
- 9/20/2020 8:00:00 AM
- Archive Date
- 10/05/2020
- Point of Contact
- Rob Holdsworth, Phone: 6157365538, Ray Kendrick, Phone: 6157367932, Fax: 6157367124
- E-Mail Address
-
Robert.B.Holdsworth@usace.army.mil, ray.kendrick@usace.army.mil
(Robert.B.Holdsworth@usace.army.mil, ray.kendrick@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TYPE OF SET-ASIDE: Small Business USACE Nashville District intends to issue a Request for Quote (RFQ) solicitation for this requirement. This is a Pre-Solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. PROJECT DESCRIPTION: The Nashville District US Army Corps of Engineers intends to issue a Request for Quote (RFQ), W912P520Q0039 for a firm-fixed price construction contract to remove existing exhaust fan systems, ductwork, and other misc. items. The heaters alongside the operations building lock will be left in place as is whether in working condition or not. Also, the mini-split system units that are being used by the project personnel will not be removed by the contractor. These units will remain in place, and they will be removed by the project personnel after the new system has been installed. The newly installed system will consist of one 5-ton packaged heat pump that will service the downstream side of the operations building, and one 6-ton packaged heat pump that will service the upstream side of the operations buildings. Each packaged heat pump will service approximately one half of the operations building, and they will be placed on the roof adjacent to the 3rd floor (El. 832.00) offices. The new system will require new ductwork for supply, return, and exhaust. The supply and return ductwork will be routed from the Roof Top Units (RTU) to the designated rooms to condition. New exhaust ductwork will be routed from the existing exhaust shafts to the large existing louver. Exhaust ductwork will be sized by the airflow required by ASHRAE 62.1 2019 Table 6-2 �Minimum Exhaust Rates�(50 cfm per bathroom). Inline exhaust fans will be installed in each of the new ductwork runs in order to have a more balanced system. The exact location of the fans must be at a location which allows ease of accessibility for maintenance. Exhaust fans will also be placed in each bathroom that will turn on when the lights turn on for personal relief. The outdoor fresh air rate must satisfy ASHRAE 62.1 2019 Table 6-1 �Minimum Ventilation Rates in Breathing Zone� (0.06 cfm/ft2), and this will be achieved by adding an economizer to the packaged heat pump. Since we will not be using the upstream louver as a fresh air intake, the contractor will cover the upstream louver without altering the external look of the building. Portions of the existing ductwork that will remain and be used alongside the new system will be so indicated on the contract drawings. Package units and outside ductwork shall be placed in such a way that it maintains the historical appearance of the building. The downstream rooftop has a 32 inch tall parapet wall. The parapet wall has a width of 12 inches, and the top of the railing is 42 inches. Ductwork will run along the wall over the edge of the roof and access the ventilation shaft on both the upstream and downstream units. For the downstream unit, the roof downspouts will have to be relocated towards the landside of the building. The upstream rooftop does not have a parapet wall. As a fall protection system, the contractor will install/construct a horizontal lifeline (HLL) that meets all EM 385-1-1 and OSHA requirements. This HLL will be used by the contractor while installing the packaged unit and ductwork on the upstream roof, and it will be left in place for the future use by the government. Contractor shall also construct a ladder on the upstream landside wall of the building which meets or exceeds EM 385-1-1, ANSI/American Ladder Institute (ALI) A14 series, and OSHA requirements. The ladder shall remain for future use by the Government. The new system will be tested with the Duct Air Leakage Test method (DALT) and the Testing and Balancing Procedures (TAB) as per the specifications. The contractor will perform all electrical, mechanical and structural, investigation, design, mitigation, and construction to complete the work. This procurement will be Set Aside for Small Business. No solicitation document exists at this time. The scope of work will be attached with the solicitation announcement. The solicitation is expected to be released on or around 14 August 2020. The intended start date for this project is approximately 60 days after contract award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Government wide point of entry website, Beta.sam.gov Contract Opportunities. It is, and will continue to be, the responsibility of all potential offerors to monitor the Beta.sam.gov Contract Opportunities website for any amendments, updates, responses to industry questions/comments, etc... The Government will not be maintaining a mailing list.� POINT-OF-CONTACT: The Primary Contract Specialist for this solicitation is Rob Holdsworth, email: �Robert.B.Holdsworth@usace.army.mil . A Secondary Contract Specialist for this solicitation is Ray Kendrick, email: Ray.Kendrick@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, email address, phone number including area code, and point of contact. Place of Contract Performance: FORT LOUDOUN LOCK 6699 HWY 321 SOUTH LENOIR CITY, TN 37772
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e7f3134c1d384178a83db6aed555c36b/view)
- Place of Performance
- Address: Lenoir City, TN 37772, USA
- Zip Code: 37772
- Country: USA
- Zip Code: 37772
- Record
- SN05750886-F 20200812/200810230145 (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 |