Replace Building 200 HVAC Control System - Bayview, ID
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 (Updated)
- Updated Published Date: Jul 29, 2024 04:17 pm EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 15, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Bayview , ID 83803USA
Description
The Naval Surface Warfare Center, Carderock Division (NSWCCD) Acoustic Research Detachment (ARD) at Bayview, Idaho has a requirement to replace the control system on the Building 200 HVAC system. The work to be completed consists of furnishing all necessary supervision, transportation, labor, tools, supplies, equipment required to remove and replace the existing Carrier Comfort Network Controller in Building 200 with a like in kind replacement system.
General Description:
- Propose to install new commercial off the shelf HVAC Control system
- Shall provide a new on-site PC workstation with full system control
- Design and install a software graphical package with a floorplan for zone identification.
- Design and provide an alarm notification system.
- Replace zone thermostats with compatible COTS units.
- Provide air balancing to all VAV zones.
- Provide linkage to chillers for full control
- Provide start and stop control to heating and cooling pumps
- Incorporate control of snow melt system
- Start-up of control system with air balancing per original drawing specifications
- Provide training to ARD personnel in the maintenance, troubleshooting, and operation of the new control system.
- Manufactures standard warranty and one-year parts and labor warranty.
3.0 Applicable Documents
Standard Original Equipment Manufacturer warranty, maintenance and operation documentation.
4.0 Place of Performance
The contractor shall perform the work at the following location:
NSWCD ARD Bayview
33964 N Main Avenue
Building 200
Bayview, ID 83803
5.0 Tasks
The contractor shall provide all transportation, labor, materials and supervision to perform the following tasks:
5.1 Contractor shall install new control work station and controllers in a manner that does not impede on base operations by ensuring cooling in server rooms is maintained thought all phases of work.
5.2 Contractors shall provide a “nonproprietary” control system that can be serviced by non-affiliated service technicians.
5.3 Contractors shall install new control cabinets and install conduit for all control wires and power supply cables that are ran in the mechanical room.
5.4 Contractors shall install control and status sensors to hot water pumps and motors, chill water pumps and motors, snow melt pump and motor, chillers, boilers, and air handler units.
5.5 Contractor shall replace/install outdoor air temperature sensors, freeze protection sensors, air filter differential pressure transducers.
5.6 Contractor shall replace/install intake and exhaust louver controller as well as status.
5.7 Contractors shall replace a total of thirty nine VAV controllers with new universal COTS controllers, room sensor, temperature probes, flow sensors, and damper control.
5.8 Contractors shall replace the hot water strainers and shut off valves and update with COTS hose and valve kits.
5.9 Contractors shall test the glycol cooling loop for leaks and recycle the glycol system to 40% concentration using the government furnished glycol supply.
5.10 Contractors shall test the heating loop for leaks and recycle the corrosion inhibitor the appropriate PH levels using the government furnished corrosion inhibitor supply.
5.11 Contractors shall test the snow melt loop for leaks and recycle the glycol levels to 30% using the government furnished glycol supply.
5.12 Contractors shall provide a 1-year warranty on all parts and components installed.
5.13 Contractors shall provide a 1-year warranty on all craftsmanship work including, but not limited to, plumping, electrical, programming, and system balancing.
- Government owned Property:
-
- The current network control computer located inside the mechanical room shall remain in control by NSWCCD ARD Bayview and shall not be removed or disposed of by outside contractors.
- All extra controllers, glycol, corrosion inhibitor, valves, and replacement parts will remain with NSWCCD ARD Bayview.
7.0 Other Requirements
N/A
8.0 Period of Performance:
The contractor shall perform the above tasks no later than September 30, 2024.
Contact Information
Primary Point of Contact
- PAMELA GANSTER
- PAMELA.GANSTER1@NAVY.MIL
- Phone Number 7577819381
Secondary Point of Contact
- Ronald Smiley
- ronald.v.smiley.civ@us.navy.mil
- Phone Number 7574100164