Cooling Tower Replacement

Agency: GENERAL SERVICES ADMINISTRATION
State: California
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Feb 2, 2023
Due Date:
Solicitation No: 300NLACoolingTower-PresolicitationNotice
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Cooling Tower Replacement
Active
Contract Opportunity
Notice ID
300NLACoolingTower-PresolicitationNotice
Related Notice
300NLACoolingTower
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R9 ACQ MGMT DIV PROJECTS BRANCH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 01, 2023 06:49 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 15, 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:
    Los Angeles , CA 90012
    USA
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.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 50 UNITED NATIONS PLAZA
  • SAN FRANCISCO , CA 94102
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 5, 2023[Presolicitation (Updated)] Cooling Tower Replacement

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 127EAW24R0013 - San Bernadino SO Pavement Maintenance Active Contract Opportunity Notice ID

AGRICULTURE, DEPARTMENT OF

Bid Due: 4/24/2024

Follow Design/Bid/Build Construction of Camp Pendleton Area Maintenance Support Activity (AMSA) and Vehicle

DEPT OF DEFENSE

Bid Due: 4/24/2024

Follow Construct New Mobile Optics Facility at Santa Ynez Peak Active Contract Opportunity

DEPT OF DEFENSE

Bid Due: 4/18/2024

Follow 127EAW24R0013 - San Bernadino SO Pavement Maintenance Active Contract Opportunity Notice ID

AGRICULTURE, DEPARTMENT OF

Bid Due: 4/24/2024