Search Contract Opportunities

Cooling Tower Replacement   3

ID: 300NLACoolingTower-PresolicitationNotice • Type: Presolicitation

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)

The anticipated magnitude of the contract is $5M to $10M. A full and open request for proposal is anticipated to be published late February or early March 2023.

Overview

Response Deadline
None
Posted
Feb. 1, 2023, 6:49 p.m. EST (updated: April 5, 2023, 5:26 p.m. EDT)
Set Aside
None
Place of Performance
Los Angeles, CA 90012 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
36%
On 2/1/23 PBS Region 9: Pacific Rim Region issued Presolicitation 300NLACoolingTower-PresolicitationNotice for Cooling Tower Replacement. The opportunity was issued full & open with NAICS 236220 and PSC Y1AZ.
Primary Contact
Name
Krista M. Miller   Profile
Phone
(415) 522-4157

Documents

Posted documents for Presolicitation 300NLACoolingTower-PresolicitationNotice

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 300NLACoolingTower-PresolicitationNotice

Incumbent or Similar Awards

Contracts Similar to Presolicitation 300NLACoolingTower-PresolicitationNotice

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 300NLACoolingTower-PresolicitationNotice

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 300NLACoolingTower-PresolicitationNotice

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R9 ACQ MGMT DIV PROJECTS BRANCH
FPDS Organization Code
4740-KT000
Source Organization Code
100180076
Last Updated
Aug. 15, 2023
Last Updated By
krista.miller@gsa.gov
Archive Date
March 15, 2023