Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

Boiler Replacement, West Thompson Lake
Renovation
Design
$25,000 to $100,000 est. value
Thompson, CT

Sterling Municipal Building HVAC Replacement
Renovation
Sub-Bidding
$50,000 CJ est. value
Sterling, CT 06377

HVAC and Mechanical Products
Term Contract
Post-Bid

North Heat Plant High Temperature Hot Water Generators Isolation Valve Addition
Post-Bid
$79,000 est. value
Willimantic, CT

Multiple Mini Split System Installation
Results
Canterbury, CT 06331

Replacement and Removal of a Condensing Unit and Coil Replacement
Results
Canterbury, CT 06331

HVAC and Mechanical Products and Solutions
Term Contract
Post-Bid

Plainfield Town Hall Auditorium HVAC Project
Alteration
Results
Plainfield, CT 06374

WPCA Administration Building HVAC Improvements
Alteration
Post-Bid
Killingly, CT 06239

Plainfield High School Repair of 12 Air Handling and Cooling Rooftop Unit
Alteration
Results
Plainfield, CT 06332

HVAC Services for the State of Connecticut - Judicial Branch
Alteration
Post-Bid
New London, Putnam, Windham, CT 06320

Town Hall Offices HVAC Project
Alteration
Results
Plainfield, CT 06374

Science Building Cooling Tower Casing Panels and Fill Replacement
Alteration
Post-Bid
$130,000 est. value
Windham, CT 06226

Assessment and Design Services for HVAC Systems
Alteration
Results
Plainfield, CT 06332

Last Updated 08/10/2022 10:12 AM
Project Title

Boiler Replacement, West Thompson Lake

Physical Address View project details and contacts
City, State (County) Thompson, CT 06255   (Windham County)
Category(s) Government/Public, Single Trades
Sub-Category(s) HVAC, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

INSTRUCTIONS TO OFFERORS *SITE VISITS ARE HIGHLY RECOMMENDED PRIOR TO PROVIDING A QUOTE. SEE CLAUSE 52.236-27 FOR ADDITIONAL INFORMATION. *PLEASE DIRECT QUESTIONS TO JENNIFER M. SAMELA AT (978) 318-8324 or JENNIFER.M.SAMELA@USACE.ARMY.MIL. ANY INFORMATION RECEIVED AT THE SITE VISIT WHICH CONFLICTS WITH THIS SOLICITATION SHOULD BE BROUGHT TO THE ATTENTION OF JENNIFER M. SAMELA. THE SOLICITATION AND RESULTING CONTRACT SHALL BE THE GOVERNING DOCUMENT IN ALL CASES. **QUOTES CAN BE E-MAILED TO JENNIFER M. SAMELA AT JENNIFER.M.SAMELA@USACE.ARMY.MIL. NOTE 1: In accordance with FAR Part 28.102-1(b), the Contractor will be required to provide the following payment protections for all construction contracts greater than $150,000.00. (i) Payment Bond or (ii) Irrevocable Letter of Credit and (iii) Performance Bond A Payment Bond or Irrevocable Letter of Credit is the SELECTED payment protection for the Government. The penal amount of bond shall be 100% of the original contract price. If the contract price increases, the Government will require an increase in the penal sum of the existing bond. This bond shall be submitted to the Contracting Officer within 10 days after receipt of award. A Performance Bond shall be required if the total price of the quote is greater than $150,000.00. The penal amount of the Performance Bond shall be 100% of the original contract price. If the contract price increases, the Government will require an increase in the penal sum of the existing bond. This bond shall also be submitted to the Contracting Officer within 10 days after receipt of award. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. General: 1. Scope Furnish all equipment, materials, labor, and testing to remove and dispose of existing oil-fired boiler and replace with new oil-fired boiler and a 40-gallon indirect hot water heater. Install Mini Split Ductless Air Conditioners/Heat Pump Systems; to include outdoor compressors/condensers, air-handling units, refrigerant tubing ("line sets"), and all other components necessary for operation. 2. Location The West Thompson Lake Utility Building is located at 162 West Thompson Road, North Grosvenordale, CT 06255 3. Site Visit To arrange a site visit, contact the Technical Point of Contact, Park Ranger Marc D'Amato; marc.a.damato@usace.army.mil / (860)268-7206. 4. Schedule The work shall be completed no later than 120 days from the Notice to Proceed. Work shall be performed Monday through Friday 7:00 AM to 3:00 PM unless otherwise approved by the Technical Point of Contact. No work shall be done on weekends or Government holidays. 5. Safety a) General: All work shall be conducted in accordance with the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1, most recent edition), and all applicable Occupational Safety and Health Administration (OSHA), federal, state, and local safety and health requirements. A copy of EM 385-1-1 can be accessed at the project office or electronically at the following link: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385- 1-1.pdf Project staff reserve the right to cease work at any time should the safety of employees, Contractors, and/or the public become jeopardized. b) Accident Prevention Plan: The Contractor shall prepare an Accident Prevention Plan (APP) specific to the activities being performed. It shall include Activity Hazard Analyses (AHAs) as described below. A non-mandatory, fillable APP template is available upon request. However, the contractor is permitted to submit their own plan, at a minimum it must meet the requirements of EM 385- 1-1, Appendix A. A preparatory meeting shall be conducted by the prime contractor to discuss the APP contents with all effected onsite employees. The Prime Contractor is responsible for informing the subcontractors of the safety provisions under the terms of the contract, the penalties for noncompliance, and inspecting subcontractor operations to ensure that accident prevention responsibilities are being carried out. Weekly safety meetings shall be held and documented. Records shall be available to the Technical Point of Contact upon request. c) Activity Hazard Analysis: W912WJ22Q0136 Page 6 of 44 An AHA shall be submitted for each major phase of work. A major phase of work is defined as an operation involving a type of work presenting hazards not experienced in previous operations or where a new subcontractor or work crew is to perform the work. The analysis shall define all activities to be performed, identify the sequence of work, the specific hazards anticipated, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level. The AHA shall be continuously reviewed and revised to address changing site conditions as appropriate. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents