SOLICITATION NOTICE
45 -- Replace Boiler
- Notice Date
- 4/20/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423720
— Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
- ZIP Code
- 78236-5253
- Solicitation Number
- F9SGLF40550300
- Response Due
- 4/23/2004
- Archive Date
- 5/8/2004
- Point of Contact
- Ray Johnson, Contract Specialist, Phone 210-671-6082, Fax 210-671-3179, - Steve Cardenas, Contract Specialist, Phone (210)671-1724, Fax (210)671-3179,
- E-Mail Address
-
ray.johnson@lackland.af.mil, steve.cardenas@lackland.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK BLDG 4430 REPLACE BOILER LACKLAND AIR FORCE BASE, SAN ANTONIO, TX 1.SCOPE OF WORK: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other services as necessary to remove ONE [1] high pressure steam boiler and install One [1] new high pressure steam boiler and associated controls, and piping as needed at Building 4430, Lackland AFB, Texas. All work shall be in accordance with commercial and industry standards. 2.PERFORMANCE PERIOD: To be completely installed at least 60 days after delivery date of new boiler. 3.LOCATION: Services are to be performed at the Clinical Investigative Facility, Building 4430. This facility is located within the confines of Lackland Air Force Base, Texas. The facility is a part of the Wilford Hall Medical Complex, an operational military healthcare facility. Smoking is allowed only in designated areas outside. No smoking is permitted within any of the medical facilities. 4.DESCRIPTION OF WORK: Work shall include the removal of one Sellers high-pressure steam boiler and the installation of one contractor furnished new Durnham steam boiler, series 3P-125 Scotts Marine (OR EQUAL), 125 hp, 3-pass wet back, 150 psi, UL-IRI GP burner, natural gas boiler, 4,312-lbs/hr steam. New boiler shall be connected to existing piping and shall incorporate an UL-IRI gas train, complete new exhaust flue, all necessary insulation, electrical work, controls, pressure and temperature gauges, relief valves and all components required for a complete and functional boiler in compliance with all applicable codes and manufacturer specifications. Work shall also include the demolition of existing gas vent piping and the installation of a new independent gas vent system for each boiler. This is a turnkey project. 4.1 Contractor shall pressurize boiler and perform hydrostatic test. Contractor shall start boiler and check for proper operation; perform a combustion test on boiler. Contractor shall provide a written analysis report on combustion test to the government representative. 4.2 Contractor shall coordinate all work with 37 CES/ CEW, Heating Section, Mr. Jamie Alcala at 292-5106 or Mr. Jacob Walsh at 292-3169. Contractor shall verify all field measurements and check for clearance for removal and installation of new boiler. Contractor shall be responsible for all structural modifications required for the removal of the existing boiler and installation of the new boiler. Contractor shall notify Mr. Alcala when boiler has been received for coordination of start date. 4.3 The Contractor shall have at least five (5) years of high-level expertise in the replacement and installation of high-pressure boilers. 4.4 No work will begin until there has been a meeting with the Contractor and representatives from the 59 MDW Safety Office, Lackland Fire Department, 59 MDW Facility management Flight, 37 CES/CEW Flight, 59 MDW Infection Control Office, and the Contracting Office. 5.HOURS OF OPERATION: All work will normally be performed during normal duty of 7:15 A.M. to 4:00 P.M. Monday thru Friday except Federal Holidays. It may be necessary to perform work during other than normal duty hours if utility outages are required. 5.1 Material Submittals: Contractor shall submit all outlined materials, tools, equipment, and incidentals as addressed on the AF FORM 66 Material Submittal to the contracting office for review prior to any commencement of work. 5.2CODES AND REGULATIONS: All work shall be accomplished in accordance with Air Force Regulations, National Electric Code, Standard Plumbing Code, OSHA Requirements, and AFOSH Standards. All applicable standards of the National Fire Protection Association (NFPA), referred to hereafter by basic designation only, form a part of these specifications and shall govern where applicable. Contractor shall get a fire-working permit from Lackland Fire Dept, before any open flame or cutting, welding, soldering is performed. 6.0 All natural gas fuel piping shall be sized, installed, tested, and placed in operation in accordance with the requirements of the Standard Gas Code. All work performed will be guaranteed to meet Health and Fire Department inspections. All workplace activity, equipment, or facility shall adhere to Air Force Occupational Safety and Health (AFOSH) Standards. IAW standards and accepted practice of the following; ASME Boiler and Pressure Vessel Code, Uniform Mechanical Code, National Board and Pressure Vessel Inspectors Codes and ASHRAE Code Standards. 7.0 HAZARDOUS AND/OR TOXIC MATERIALS. 7.1 A hazardous material (HAZMAT) is one that poses a risk to the health and safety of the public, and/or the environment if not properly controlled during the handling, storage, manufacture, processing, packaging, use, disposal, or transportation. Hazardous materials may be elements or compounds, and can be found as gases, solids, liquids, or combination of these. Hazardous chemical are defined under Sec. 1910.1200(c) of Title 29 of the Code of Federal Regulations 7.2Contractor shall identify and report HAZMAT usage to the HAZMAT Pharmacy according to local procedures. All HAZMAT brought to the job site shall require the contractor to fill out an AF Form 3952 for each item for submission to the Hazardous Material Pharmacy. Additionally the contractor is required to submit Material Safety Data Sheets (MSDS) as directed by the clause entitled Hazardous Material Identification and Material Safety Data (FAR 52.223-3). The Contractor shall submit actual usage report of all hazardous/toxic materials brought onto the base during the preceding month to the HAZMAT Pharmacy (IAW AFI 32-7086, Hazardous Material Management). The phone for the Lackland AFB Hazardous Material Pharmacy is 671-5389/0332 for more information. 7.3CONTRACTOR GENERATED REFUSE: All Contractor generated refuse and waste shall be stored in a waste container provided by the Contractor and hauled from the construction site to a disposal area to be selected by the Contractor and shall be located outside the physical boundaries of the installation. Refuse disposal shall comply with the current disposal environmental requirements. The construction site shall be kept neat, orderly and safe for workmen at all times. On-site dumpsters, if furnished by the Contractor, shall be coordinated with the Government inspector. 7.4 All waste chemicals or debris generated from Lackland Air Force Base projects must be managed in accordance with federal, state, and local regulations. This includes proper marking, labeling, and storage while the waste is accumulating. Hazardous and Non-Hazardous Waste must be manifested off-site to a landfill permitted to receive it. An authorized 37CES/CEV employee must sign manifests before the waste is shipped off base. For assistance, please contact Jesse Alvarez, Jr., at (210) 671-5382. 8. SITE VISIT: Contractor shall visit job site before bidding on job. For scheduling a job site visit, contact Mr. Alcala at 292-5106 or Mr. Jacob Walsh at 292-3169 9.SECURITY: This facility shall be secured at the end of each day. The Contractor shall coordinate when arriving and leaving the work site each day through the EMCS Office, Building 4550, Room BP-19, at 292-5058 10. OUTAGES: All scheduled outages will require 14-day advance notification.
- Place of Performance
- Address: BLDG 4430, LACKLAND AIR FORCE BASE, SAN ANTONIO, TX,
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN00569233-W 20040422/040420211750 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |