The RFP Database
New business relationships start here

Install Glycol Condensing Loop


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION.

The Federal Bureau of Prisons (BOP) anticipates issuance of solicitation 15B40119B00000004 for the award of a firm fixed-price construction contract for the installation of a glycol condensing loop at the Metropolitan Correctional Center, (MCC) Chicago, Illinois.


MCC Chicago is a federal correctional facility located at 71 Van Buren Street, Chicago, Illinois 60605. The project consists of furnishing all equipment, materials, labor, tools, supervision, transportation, testing, training etc. for the complete construction of the work. The project is to include but not limited to:


1.    Furnish and provide installation of two (2) fully piped, valved, wired and controlled air-over evaporative coolers on roof of seven story Federal Parking Garage. Units to be operated in a tandem and piped as per the manufacturer's recommendation. The evaporative coolers will be Baltimore Aircoil Company (BAC), Model NXF-0603N-CS2TT-J6 Nexus Modular Hybrid Cooler with all available additional freeze protection equipment or brand name equivalent.
2.    Install 3 phase power feed to Cooling Tower. From breezeway to roof of parking garage (140 feet field verify) Utilize available power in breezeway with transformer to match voltage requirement of new towers.
3.    Install 2" type L Copper water make up feed line from laundry thru breezeway to 7th floor (roof of parking garage) to new cooling tower. (160 feet field verify).
4.    Install 4" cast pipe over flow drain for cooling tower and connect to existing garage drain system located on 6th floor of parking garage (50 feet field verify)
5.    Install Loop system (supply & return) from roof of parking garage down 7 stories (140 feet, field verify) to breezeway located at ground level. Where they will meet with the circulating pumps. Supply and Return Pipe will be mechanical rolled groove 5" steel schedule 40.
6.    Furnish and install two (2) new Bell and Gosset Model: 1510-4EB base mounted circulating pumps with variable Frequency Drive and premium efficiency motors with shaft grounding rings, inertia pads, suction diffusers and check valves or brand name equivalent.
7.    Installation of a full sized 5" rolitrol type centrifugal air/dirt separator or brand name equivalent.
8.    Installation of a glycol feed unit with a 25gal resin storage tank and 1hp centrifugal feed pump. All required controls and power and needed for operation. Unit to be located within the laundry area and piped into the system.
9.    Install electrical connections to pumps from existing power supply in breezeway 3-phase, 60hz, 480 volt (25 feet, field verify).
a.    Variable frequency drives shall be enclosed in an outdoor enclosure, ventilated and heated as needed for year-round operation.
b.    Variable frequency drives to be Bacnet MS/TP ready.
10.    Furnish and provide installation of a fabricated pump enclosure to protect the motors and pump assemblies from weather. Housing must be ventilation as required for proper motor ventilation.
11.    From the new circulating pumps the loop system will penetrate the bravo stair well and run up the stairwell to the 26th floor (260 feet, field verify) in mechanical rolled groove 4" steel pipe schedule 40. At the highest point on the 26th floor the supply and return pipe runs will interconnect with a circuit setter bypass.
12.    Piping Loop (supply and return) will be installed in the Bravo stairwell and will run thru center of open stairwell. Fall protection fencing must be removed and re installed (modification to fencing is acceptable).
13.    On the new 4'' Pipe run, each individual floor (1st thru 26th floor) will have a mechanical rolled groove 2" steel pipe schedule 40 takeoff on supply and return and a mechanical rolled groove 3'' steel pipe schedule 40 take off to feed all water cooled units in the basement.
14.    New glycol towers to be provided with integral Bacnet MS/TP communication hardware, integral display and fully field configurable.
15.    Connection into the existing facility temperature control network and integration into both glycol towers.
a.    Configure to properly display the system operation.
b.    Existing facility temperature control is based on Tridium Niagara N4 framework.
16.    Furnish an engineered and fabricated control panel to operate the glycol circulation pumps.
17.    Furnish and provide all I/O controllers required to control the glycol circulation pumps.
a.    Controllers to be Johnson Controls Inc. FX-PCA3611 primary I/O controller. With FX-PCX4611 expansion module, or brand name equivalent.
b.    A dual pressure transducer shall be installed near the end of the lower level fluid branch and tied into the controllers to maintain differential pressure set point.
c.    Pumps to operate as a lead and lag operation, pumps shall rotate the lead position on a weekly basis and rotate in the event of a pump failure.
d.    An in-line Onicon or brand name equivalent flow meter shall be installed and integrated into the temperature control system.
18.    The Glycol Condensing Loop will be connected to 24 existing remote AC units throughout the high rise institution. The loop system will have 10 future connection points for adding additional units in the future.
19.    Off new Glycol Loop tie into existing water cooled units    
a.    Unit 25 (2 Units) approximately 230 linear feet (field verify) of 1'' steel schedule 40 or type L pipe supply and return
b.    Unit 8 (2 Units) approximately 230 linear feet (field verify) of 1'' steel schedule 40 or type L copper pipe supply and return.
c.    Unit 7 (2 Units) approximately 230 linear feet (field verify) of 1'' steel schedule 40 or type L copper pipe supply and return
d.    Unit 6 (1 Unit) approximately 140 linear feet (field verify) of 1'' steel schedule 40 or type L copper pipe supply and return
e.    Unit 4 (2 Units) approximately 230 linear feet (field verify) of 1'' steel schedule 40 or type L copper pipe supply and return
Basement (5 Units) approximately 1450 linear feet (field verify) of 3' steel schedule 40 or type L copper pipe supply and return.


See the Scope of Work/Statement of Work/ and/or Specifications and/or drawings attachment that will be included with the solicitation posting (to be issued at a later date as described herein) for the complete requirements of the work.


The performance period for the project will be 279 calendar days from issuance of the notice to proceed. Pursuant to Federal Acquisition Regulation 36.204, the estimated magnitude of the project lies between $500,000 and
$1,000,000. The NAICS code for this requirement is 238220 with a corresponding small business size standard of
$15 million.


The solicitation will be available approximately on or about July 10, 2019, with an anticipated bid opening date of August 13, 2019. The solicitation will be distributed solely through the General Services Administration's (GSA) Federal Business Opportunities (FBO) website at www.fbo.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. Any secure/locked documents (if applicable) uploaded with the solicitation will require an active FBO vendor registration for access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action.


IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the size standard specified above.


Each bidders SAM registration will be reviewed by the government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their SAM registration and update as necessary, including the size metrics information.


If you have any questions about the system for award management (SAM), government procurements in general, or need assistance in the preparation of your bid/proposal, a local procurement technical assistance center (PTAC) may be able to help. The procurement technical assistance program was authorized by congress in 1985 in an effort to expand the number of businesses capable of participating in the government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org


This is a 100 percent small business set-aside. You must be registered in SAM as a small business (reference FAR provision 52.219-1 in the Representations & Certifications section of your SAM registration).


Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All responsible sources may submit a bid which shall be
considered by the agency.


 


Douglas V Patton, Contracting Officer, Phone 972-352-4641, Fax 972-352-4545, Email dpatton@bop.gov - Douglas V Patton, Contracting Officer, Phone 2142243467, Fax 972-352-4545, Email dpatton@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP