Cooling Tower Replacement
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Apr 05, 2023 03:47 pm PDT
- Original Date Offers Due: Jun 07, 2023 12:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 30, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: , CA 90012USA
Description
4/5/2023:
Solicitation is now available for interested parties. The Solicitation includes Controlled Unclassified Information. For access to all the Solicitation documents, email Contracting Officer, Krista Miller, krista.miller@gsa.gov with your GACA or Google email address. If you do not have a Google or GACA email address, you may obtain one through the following steps:
GSA uses Google to provide employees with a way to collaborate in real time, and to create, edit and
share work from anywhere. To enable simliar sharing and collaboration in Google with our government
customers and business partners, while also ensuring that this shared information is safeguarded and
secure, we’ve created a specialized Gmail account process called GACA – short for the GSA Affiliated
Customer Accounts (GACA). Collaborative data stored on GSA’s Google Drive and Google Sites
systems are compliant to the Federal Information Processing Standard (FIPS) 140-2. This standard
ensures that access and transmission occurs via a secure web page using the TLS 1.2 encryption
standard. GACA is only authorized for sharing information on Google Drive and Google Sites, it is not
authorized to be used for email communications.
Applicability – GACA is for those who work for our government customers and business partners who
do not use Google in their workplace. Agencies and civilian partners that are using Google in their
workplace do not need to create a GACA account. GACA accounts must NOT be used by GSA
employees and contractors in lieu of a gsa.gov account.
How to create a GSA Affiliated Customer Account (GACA) in Gmail
The person who will be using the GACA account (the government agency customer or the business
partner) must create a Gmail account at http://mail.google.com/mail/signup and follow the process
below:
• enter their first name and last name,
• enter their username: must start with “GSA.” then first name, last name -
example: GSA.johnsmith@gmail.com (mandatory),
• complete all required fields, accept the Terms of Service and submit the request, and
• set up 2-Step Verification (also known as two-factor authentication) using a smart phone that
can receive simple messages (mandatory).
The GSA IT Security Staff continuously monitors all shared files in Google Drive, and sharing in GSA’s
Google Sites. If non-compliance with this process is detected, then our staff will notify users of non-
compliance with this process. After notification, if the sharing has been determined to be with a user
that maintains a G Suite account, no further action will be required.
Scope Description:
The contract is anticipated to involve the following work to be done at the federal building at 300 N. Los Angeles St., Los Angeles, CA: The overall strategic project goal of the Design-Build (DB) Contractor is for the replacement of (4) 2 Cell Cooling Towers and to perform structural sub-platform and main platform repairs and/or replacement within an occupied building without disruption to occupants and to utilize sustainable design and construction strategies where applicable and practical.
Phase 1 Cooling Tower 1 and/or 2:
- Using the government provided Pre-Alteration Survey, provide an abatement work plan for review and approval and perform hazmat abatement work according to the findings and the approved plan.
- Furnish and set-up (1) 500 Ton temporary skid mounted Cooling Tower adjacent to the building on Los Angeles St. within a lockable chain link fence enclosure affording adequate NEC and service clearances, and pipe temporary bypass CWS/R lines to POCs in the basement.
- Provide temporary make-up water (MUW) and drain down piping indirectly to the nearest approved sanitary sewer.
- Provide temporary electrical power via a 200 KVA skid mounted genset and electrical disconnect and service power to the skid mounted Cooling Tower.
- Provide biocidal and other chemical treatment as needed for a temporary cooling tower. Obtain necessary permits and special inspections if/as required from the City of Los Angeles Public Works.
- Disconnect controls from CT-1 and/or 2, demolish condensate drain, make-up water lines and electrical service back to the distribution panel. Partially demolish Condenser water supply and return lines.
- Using a helicopter crane or other crane, demolish and remove CT-1 and/or 2 and remove from site to contractor chosen location for recycling and disposal.
- Demolish and replace CT-1 and/or 2 structural subframe(s). Fabricate off-site or assemble on site, replacement subframe support steel frames, prep and apply corrosion resistant paint or apply elastomeric coating with minimum 10-year warranty.
- Replace excessively corroded members, or repair CT main structural framing, removing all existing finish down to bare metal.
- Prepare and apply corrosion resistant paint or apply elastomeric coating with minimum 10-year warranty.
- Verify or correct capacity of existing mainframe and supporting roof beams, for gravity and lateral loads relative to weight of new CT's and axillary equipment.
- Provide special inspections of Class 1 weld fit-up and testing and AWS inspection of the welded connections and inspect existing bolted connections to ensure soundness.
- Evaluate structural capacity and attachments of catwalks and pipe support for possible reuse.
- Install engineered vibration isolators and seismic bracing for CT-1 and/or 2 and lift and install new CT(s) directly onto sub-framing.
- Repair pitch pockets and roofing as required in the work area.
- Provide new power from distribution panel to new electrical disconnect and whip and connect to tower(s) and CW pump(s).
- Install new MUW lines and drain down lines and route to existing indirect sanitary roof drain for each tower.
- Reconnect BAS controls, functional test and Cx controls for pumps, CT(s) and BAS via endpoint-to-endpoint testing and verification.
Phase 2 Cooling Tower 3 and/or 4:
- Replace the (2) existing nominal 900-ton Cooling Towers (CTs) in one or two phases of construction.
- Using the government provided Pre-Alteration Survey, provide an abatement work plan for review and approval and perform hazmat abatement work according to the findings and the approved plan.
- Disconnect controls from CT-3 and/or -4, demolish condensate drain, make-up water lines and electrical service back to the distribution panel.
- Partially demolish Condenser water supply and return lines.
- Using a helicopter crane or other crane, demolish and remove CT-3 and/or -4 and their respective CW pumps and remove from site to contractor chosen location for recycling and disposal.
- Demolish and replace CT-3 and/or -4 structural subframe(s).
- Fabricate off-site or assemble on site, replacement subframe support steel frames, prep and apply corrosion resistant paint or apply elastomeric coating with minimum 10-year warranty.
- Replace excessively corroded members, or repair CT main structural framing, removing all existing finish down to bare metal.
- Prepare and apply corrosion resistant paint or an elastomeric coating with minimum 10-year warranty.
- Verify or correct capacity of existing mainframe and supporting roof beams, for gravity and lateral loads relative to weight of new CT's and axillary equipment.
- Provide special inspections of Class 1 weld fit-up and testing and AWS inspection of the welded connections and inspect existing bolted connections to ensure soundness.
- Evaluate structural capacity and attachments of catwalks and pipe support for possible reuse.
- Install engineered vibration isolators and seismic bracing for CT-3 and/or -4 and lift and install new CT(s) directly onto sub-framing.
- Repair pitch pockets and roofing as required in the work area.
- Provide new power from distribution panel to new electrical disconnect and whip and connect to tower(s) and CW pump(s).
- Install new MUW lines and drain down lines and route to existing indirect sanitary roof drain for each tower.
- Reconnect BAS controls, functional test and Cx controls for pumps, CT(s) and BAS via endpoint-to- endpoint testing and verification. (Note: There is no BAS programming nor graphics scope)
Attachments/Links
Contact Information
Contracting Office Address
- R9 AMD CAPITAL PROJECTS 50 UNITED NATIONS PLAZA
- SAN FRANCISCO , CA 94102
- USA
Primary Point of Contact
- Krista M. Miller
- krista.miller@gsa.gov
- Phone Number 4155224157
Secondary Point of Contact
History
- Mar 15, 2024 08:55 pm PDTSolicitation (Updated)
- Mar 01, 2024 11:31 am PSTSolicitation (Updated)
- Sep 30, 2023 08:55 pm PDTSolicitation (Updated)
- Aug 15, 2023 08:55 pm PDTPresolicitation (Updated)
- May 17, 2023 12:45 pm PDTSolicitation (Updated)
- Apr 05, 2023 03:47 pm PDTSolicitation (Original)