Chiller Repairs at Wright-Patterson Air Force Base

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR-20-R-Chillers

Basic Details

started - 15 May, 2020 (about 3 years ago)

Start Date

15 May, 2020 (about 3 years ago)
due - 29 May, 2020 (about 3 years ago)

Due Date

29 May, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912QR-20-R-Chillers

Identifier

W912QR-20-R-Chillers
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705815)DEPT OF THE ARMY (132664)USACE (37960)LRD (5538)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, and Service Disabled Veteran Owned Small Businesses. If you are interested in this project, please respond appropriately.Repair the main chilled water system, which provides primary cooling for the Building 620 Area B complex. Replace the three 1100 Ton Refrigeration (TR) hybrid chillers and pumps with three 1,250 TR variable-flow chillers using low Global Warming Potential (GWP) substance with two remote booster pumps. Replace the three constant-flow condenser water pumps with three condenser water pumps with variable speed drives. Replace electrical for chiller and pump from their locations to the Motor Control Center (MCC). Provide common header for the
chilled water pump system allowing different operational combinations of cooling towers with chillers. Replace chiller controls using a Chilled Manager Control System and complete testing, balancing, and commissioning. Replace the three damaged structural steel framed cooling towers and related system components. Repair damaged reinforced concrete basin walls and piers under the cooling towers. Repair various degraded components in the Chemical Treatment Building 618 Area B. The work will be phased as not all the chillers can be taken offline at once.Construction:Replace three 1100 ton Chillers, chilled water pumps, condenser water pumps, and electrical supplies. Provide variable speed drives for Chiller and Condenser Pumps. Install new refrigerant monitoring system, chilled water manager system control panel, building management system integration and control panel, suction and discharge headers on the chiller pump, balancing valves, and centrifugal water separators in the chiller room. Install automated exhaust fan, updated water softening system, HVAC (heating, ventilating, and air conditioning) unit, make-up water piping, emergency eye wash station, and lightning protection in the chemical treatment building. Replace three cooling towers (above basins), three sluice gates, repair reinforced concrete basin wall/piers, and install new isolation valves, necessary upgraded electrical, and lightning protection in the cooling tower area.Contract duration is estimated at 1095 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman- Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 29 May 2020 by 1:00 P.M. Eastern Standard Time.Responses should include:1. Identification and verification of the company's small business status.2. Contractor's Unique Entity Identifier Number and CAGE Code(s).3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.a. Projects similar in scope to this project include but are not limited to:The description should include construction experience demonstrating the ability repair and replace chillers, chilled water pumps, condenser water pumps, and electrical supplies. Reconfiguring chilled water systems and installing HVAC units, new refrigerant monitoring system, and chilled water manager system. Connecting to privatize utilities. Performance must demonstrate complex phasing to include multiple chilled water system that feeds into one central plant.b. Projects similar in size to this project include:Renovation and installation of chilled water system(s), to include installing 1100 ton chiller systems and 1,250 TR airflow system and associated system controls. Similar to chilled water plant system.c. Based on the information above, for each project submitted, include:1. Current percentage of construction complete and the date when it was or will be completed.2. Scope of the project.3. Size of the project.4. The dollar value of the construction contract and whether it was design-bid build or design build.5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.6. Identify the number of subcontractors by construction trade utilized for each project.7. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019- O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.NOTE: Total submittal package shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed.Email responses to Josh Westgate at Joshua.K.Westgate@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.******************************************************************************All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey.

KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL  LOUISVILLE , KY 40202-2230  USALocation

Place Of Performance : KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL LOUISVILLE , KY 40202-2230 USA

Country : United StatesState : Kentucky

You may also like

Child Development Center on Lackland Air Force Base, JBSA, Texas

Due: 06 May, 2024 (in 16 days)Agency: DEPT OF DEFENSE

B-21 Renovate Dock 81, Ellsworth Air Force Base (EAFB), South Dakota (SD).

Due: 30 Apr, 2024 (in 10 days)Agency: DEPT OF DEFENSE

HVAC Air-Cooled Chillers; Preventative Maintenance and Repairs,B23129

Due: 01 Jul, 2024 (in 2 months)Agency: T&T Commercial Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode Z2PZREPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES