The RFP Database
New business relationships start here

Supply, Delivery, Removal Existing, and Install New Water Source Heat Pump (WSHP)


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

Dale Hollow Power Plant
Removal, Purchase & Installation of a Water Source Heat Pump System & Accessories


The Contractor shall remove and dispose of the existing Carrier 50VQL water source heat pump (WSHP) system, and provide and install a new WSHP system and associated equipment as specified below.


BRAND NAME AND MODEL NUMBER SPECIFIED OR EQUAL


The Contractor shall provide the brand name and model number specified or equal. To be considered equal, alternate equipment proposed shall meet the salient characteristics listed. The Contractor shall submit catalog cut / documentation with their price quote. If an alternate is proposed, the Government shall make the comparison to verify that it is equal to the model number specified and that it can meet the salient characteristics. Information provided in the catalog cut documents shall be complete and of the level of detail to allow the Government to make the comparison. The Contractor shall not deliver equipment prior to the Government's approval.



SUPPLY


The WSHP system and associated equipment shall consist of the following:


• Geo Excel RD210-4VTN-FBTBUA-XAG 17.5 Ton WSHP pump or approved equal
• Extended Range Package
• 15 KW auxiliary electric duct heater including wiring and controls
• New water regulating valve system
• Electrical materials as required to accommodate the new system
• Duct work materials as required to accommodate the new system
• Plumbing materials as required to accommodate the new system


SALIENT CHARACTERISTICS, Geo Excel - 17.5 Ton WSHP system
• Size: 17.5 Ton
• Voltage (V/Hz/Ph): 460/60/3
• Cabinet Configuration: Vertical
• Coax Options: Cupro-Nickel (Cu-Ni)
• Water Connections: Front
• Return Air Configuration: Back
• Discharge Air Configuration: Top
• Fan/Motor: Minimum 1.5 HP Belt Drive
• Air Coil Protection: DuoGuard
• Application: Extended Range with Schrader Valves (Geothermal)
• Filtration: 2-inch two-sided filter rack with 1-inch filter
• Transformer: 75 VA


SCOPE OF WORK


The Contractor shall provide all services, labors, tools and like materials to remove and dispose of the old WSHP system and successfully install and commission the new WSHP system and above mentioned associated equipment, in accordance with the manufacturer's installation and operating manual (IOM). This includes any additional electrical, ducting, and plumbing like materials as required to install and accommodate the new WSHP pump system. The Contractor installing the system shall be a trained labor technician in WSHP systems. The Contractor shall provide all additional laborers needed to assist in removal and installation of the WSHP system. The Contractor shall ensure that the work is completed in a timely manner and in accordance with time and delivery specifications mentioned below. Disposal of equipment being replaced shall be done in accordance with Federal, State, and local laws and regulations. The Contractor shall provide documentation assuring Freon has been collected according to all required laws and regulations. All work shall be performed in accordance with the USACE EM 385-1-1 Safety and Health Requirements Manual. No work activities shall occur until the Contractor submits both an Activity Hazard Analysis and Accident Prevention Plan that has been reviewed and approved by the Contracting Officer's Representative (COR) or other designated Government official. The Contractor shall designate a Site Supervisor employed by the Prime Contractor that is responsible for addressing and enforcing all safety, workmanship and quality assurance matters. The Site Supervisor shall be on-site during all phases of work. The Contractor shall provide all manuals, warranty information and training on operation and maintenance of the units.



WARRANTY


The Contractor shall provide a parts and labor warranty for the WSHP system for a period of one year, or for a period as provided by the manufacturer's standard warranty provisions, whichever period is greater. The warranty period shall commence on the date that the Contractor's invoice and properly executed Final Release of Claims has been received and approved by the Government. All products shall be warranted to be free from defects in material and workmanship. During the term of the warranty period, parts, assemblies, or components deemed to be defective will be repaired or replaced by the Contractor at no cost to the Government.



PACKAGING & PROTECTION


All transportation, delivery, and storage costs shall be included in the quote. Any damage shall be repaired or replaced by the Contractor with no additional cost to the Government.



DELIVERY & INVOICE


Upon award of the contract, the Contractor is required to supply the materials and perform the work necessary to install and commission the above listed items and remove the existing system within a 90 day period of performance. The commissioning of the new WSHP system shall occur within 24 calendar days of mobilization.


The Contractor shall contact the Plant Superintendent at 931-243-3135 prior to delivery or arrival of the new WSHP unit. Delivery shall be made from Monday thru Thursday, 0730-1600 except Federal Holidays. A single invoice for completed work and materials, accompanied by a properly executed Final Release of Claims, shall be sent (postal or email) to the Plant Superintendent as follows:



Dale Hollow Power Plant
Attention: Stanley R. Carter, Jr.
305 Powerhouse Road
Celina, TN 38551
stanley.r.carter.jr@usace.army.mil



SECURITY


All contractor and associated sub-contractor employees shall comply with all applicable project and local security policies and procedures (provided by the district representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by the District Security Management Office. Contractor workforce must comply with all personal identity verification requirements (FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes.


Since the work is being done within a controlled area but is expected to last less than six months, the investigation requirements fall under Category B1 for US Citizens and Category C for Foreign Nationals. Contract employees will need to be supervised/ escorted by a Corps employee while within the restricted area. In the event it is determined the contract will extend beyond six months, the contractor will need to comply with the requirements in Category B2 for US Citizens. Guidance and forms for the requirements are available on the Nashville District Public Website:
http://www.lrn.usace.army.mil/BusinessWithUs/ContractSecurityRequirements.aspx.


Convict Labor: Because the work is being performed in a restricted area, there are restrictions on use of persons either imprisoned or previously convicted of a felony. The Contractor shall not employ in the performance of this contract any person undergoing a sentence of imprisonment imposed by any court of a State, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands, or the US Federal Government. The Contractor shall not employ in the performance of this contract any person who has been convicted of a felony imposed by any court of a State, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, or the US Federal Government.


All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas.


Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award.


The Contractor is responsible for taking the action necessary to protect Contractor supplies, materials and equipment, and the personal property of Contractor employees from loss, damage or theft. The Government assumes no responsibility for theft, damage, etc., of the above. All incidents of theft (or suspected theft) of contractor materials, supplies, or equipment from project lands shall be reported to the COR.


Please ensure ALL reports of theft, suspected theft, vandalism, or ANY crime of Government OR Contractor property, OR crime against/by Contractor personnel is forwarded to the District Security Office. This information is critical for threat and risk assessments and may assist in obtaining funds for additional security measures.


CONDUCT OF CONTRACT EMPLOYEES: All contract employees and subcontractors shall conduct themselves in a proper manner at all times. No alcoholic or intoxicating beverages or substances or illegal drugs or controlled substances not prescribed by a physician shall be possessed, consumed, or be under the influence of any such substance while on Government property.


The Contractor shall remove from the site any individual whose continued employment is deemed by the appointed receiving agent to be contrary to the public interest or inconsistent with the best interests of the U.S. Army Corps of Engineers.


The Contracting Officer or the appointed receiving agent will require the Contractor to immediately remove from the work site anyone who is incompetent or who endangers persons or property or whose physical or mental condition is such that it would impair the employee's ability to satisfactorily perform the work. Notification to the Contractor will be made in writing if time and circumstances permit. Otherwise, notification will be verbal and will be confirmed in writing as soon as possible. No such removal, however, will reduce the Contractor's obligation to perform all work required under this contract and immediate replacement shall be made as required.


SUSTAINABILITY


The Contractor shall provide energy- and water-efficient building-related products and equipment per the following website:


http://energy.gov/eere/femp/find-product-categories-covered-efficiency-programs) for updates.


 


 


FannieM. Robertson, Contract Specialist, Phone 6157367986, Email Fannie.M.Robertson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP