Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

K -- Generator 7 auto transfer panel removal & replacement

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908
 
ZIP Code
88330-7908
 
Solicitation Number
Reference-Number-F2E3CE6135A100
 
Response Due
6/19/2006
 
Archive Date
7/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2E3CE6135A100 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-07. This acquisition is to be 100% set aside and awarded to SB. The North American Industry Classification System (NAICS) code is 238210. The SB size standard for this code is 12 million.. PROJECT DESCRIPTION: Please refer to the Statement of Work attached. All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: CLIN 0001: 1 BLDG 288. Remove old 250 KW Kohler Generator (Model 250ROZD71), 1000 gallon fuel tank, and 400 Amp Kohler Panel Install Government Furnished Equipment (GFE) in same locations (with the exception of the fuel tank): 1 each 125 KW Onan generator (Model DGCK), 1 each Square D 400 Amp 600 VAC double throw switch, and 1000 gallon above ground diesel fuel tank. Complete all required fuel line connections. Complete all associated wiring and connections in accordance with NEC 2005. Only major items are to be GFE. CLIN 0002: BLDG 572. Remove old 100 KW Onan Generator (Model DGDBL), 400 Amp Onan Transfer Panel and 400 Amp Double throw switch. Install Government Furnished Equipment (GFE) in same locations: 1 each 50 KW Onan generator (Model DGCA), 1 each Automatic Transfer Switch (Model 225BTPC), and 1 each Square D 200 Amp 600 VAC double throw switch. Complete all associated wiring and connections in accordance with NEC 2005. CLIN 0003: BLDG 1097. Remove old 35 KW Onan Generator (Model DGBB), 225 Amp ASCO Transfer Panel and 200 Amp Double throw switch. Install Government Furnished Equipment (GFE) in same locations: 1 each 50 KW Onan generator (Model DGCG), 1 each Automatic Transfer Switch (Model 150 BTPC), and 1 each Square D 200 Amp 600 VAC double throw switch. Complete all associated wiring and connections in accordance with NEC 2005. The contractor will supply all wiring, conduit, and connections to necessary to complete the installation. Period of Performance starts 7 Aug 2006. Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offerer; Terms of the expressed warranty; Price, Any discount terms and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representations and Certifications?Commercial Items (MAR 2005); FAR 52.212-4 Contract terms and conditions?Commercial Items (SEP 2005); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (NOV 2003); HAFB 008 ? Holloman AFB Access; HAFB 009 ? Wide Area Work Flow Statement (FEB 2005); FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders?Commercial Items (FEB 2006), 52.219-6, Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.222-21, Prohibition of Segrgated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.252-2 Clauses incorperated by reference (FEB 1998); FAR 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items (FEB 2006), 52.204.9, Personal Identity Verification of Contractor Personnel (Jan 2006), 52.212-4, Contract terms & conditions, (Sep 2005), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). Addendum to FAR 52.212-4 Contract Terms and Conditions- OCT 2003 Commercial Items. FAR 52.245-4 Government-Furnished Property (June 2003). Facsimile and email offers will be accepted. Contracting officer: Michelle M. Palmer. The point of contact for this solicitation is Dina Pardy, Civ, USAF 505-572-7155, FAX: 505-572-7333, e-mail dina.pardy@holloman.af.mil 12-16 Jun 06 Please contact Michelle.Palmer@holloman.af.mil or 505-572-2110. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. STATEMENT OF WORK PART 1.0 - SCOPE OF WORK: 1.1 GENERAL: The work to be performed under this contract and in accordance with this Statement of Work shall consist of furnishing all necessary, labor, tools, transportation, supplies, supervision, equipment, materials, and incidentals necessary for the installation and performance of all work shown and described herein. Work and materials shall comply with this Statement of Work and the latest editions of all applicable criteria, regulations, guidelines and codes, all of which are made a part thereof at time of contract award. 1.2 WORK AND MECHANICS: The work shall be executed in the best and most workmanlike manner, by qualified and efficient mechanics, skilled in their respective trade. Only certified journeymen in each respective trade, or apprentices under the direct supervision of certified journeymen, shall be permitted to install and/or supervise installation for this project. Individual trade work for this project shall be performed and quality maintained by the applicable trade, only. All trades shall coordinate their work with that of other trades. The Contractor shall coordinate and perform all operations in a manner that will result in a professional and expeditiously completed project. The work shall be in strict accordance with prevailing industry standards. The contractor shall submit worker qualifications and certifications prior to commencement of work for this project, as required. 1.3 LOCATION: Holloman Air Force Base, NM 1.5 SCHEDULE: Contractor shall complete all work in 30 days. The setup work and support assembly shall be completed from 0730 to 1630, Monday to Friday. The utility power shut off and connection to the disconnect switch shall be completed on a Saturday, so as to not interfere with the building?s mission. The Contractor shall provide to the Contracting Officer written notification of the work schedule. 1.6 SAFETY: The contractor is required to comply with the Corps of Engineers Safety Manual 385-1-1, latest edition. 1.7 WARRANTY: Contractor shall furnish a one-year warranty on labor. 1.8 WELDING, CUTTING AND BRAZING: Fire Protection shall complete inspection of all welding, cutting and brazing operations prior to any operation. The contractor shall provide the appropriate operable fire extinguisher. Contractor shall comply with OSHA STD29 CFR 1910.252 Welding, Cutting and Brazing (General Requirements) and AFOSH 91-5 Welding, Cutting and Brazing. Air Force Form 592 USAF Welding, Cutting and Brazing permit will be issued prior to any operation and shall be kept on site until completion of operation or permit expires. Contact Fire Protection at (505) 572-7228 for issuance of permit. PART 2.0 ? GFE MATERIALS AND PRODUCTS: 2.1 REFERENCES TO MATERIALS, MANUFACTURERS AND PRODUCTS: Materials shall be the standard products of manufacturers regularly engaged in the manufacture of such products. 2.2 GENERATOR DESCRIPTION: See 2.2.1-2.2.3 for generator description at each building location. 2.2.1 BLDG 288. Generator, Diesel 125KW, three phase, 60hz unit is industrial generator with sealed lifetime bearing. Unit shall be auto-start ready, battery charging alternator (12 Volt). Unit shall be a 12 lead re-connectable model, which can be reconnected to provide multiple output voltages (480/288, 220/127, 120/208). Unit shall be brushless (no maintenance) with AVR (automatic voltage regulation), close coupled to engine. Each unit shall be equipped with skid and vibration isolators, dry type air filter, main line circuit breaker, residential grade installed, User manual, and troubleshooting/parts manual. Each digital control panel shall provide a display of engine oil pressure, water temperature, fuel level, hour meter, battery voltage, generator voltage, ammeter and frequency meter. Furnish safety shutdowns for low oil pressure, high water temperature, low water level, over-speed and over-crank conditions. (GFE) CSL AB805Z 2.2.2 BLDG 572. Generator, Diesel 50KW, three phase, 60 Hz unit is industrial generator with sealed lifetime bearing. Unit shall be auto-start ready, battery charging alternator (12 Volt). Unit shall be a 12 lead re-connectable model, which can be reconnected to provide multiple output voltages (480/288, 220/127, 120/208). Unit shall be brushless (no maintenance) with AVR (automatic voltage regulation), close coupled to engine. Each unit shall be equipped with skid and vibration isolators, dry type air filter, main line circuit breaker, residential grade installed, User manual, and troubleshooting/parts manual. Each digital control panel shall provide a display of engine oil pressure, water temperature, fuel level, hour meter, battery voltage, generator voltage, ammeter and frequency meter. Furnish safety shutdowns for low oil pressure, high water temperature, low water level, over-speed and over-crank conditions. (GFE) CSL 2.2.3 BLDG 1097. Generator, Diesel 50KW, three phase, 60hz unit is industrial generator with sealed lifetime bearing. Unit shall be auto-start ready, battery charging alternator (12 Volt). Unit shall be a 12 lead re-connectable model, which can be reconnected to provide multiple output voltages (480/288, 220/127, 120/208). Unit shall be brushless (no maintenance) with AVR (automatic voltage regulation), close coupled to engine. Each unit shall be equipped with skid and vibration isolators, dry type air filter, main line circuit breaker, residential grade installed, User manual, and troubleshooting/parts manual. Each digital control panel shall provide a display of engine oil pressure, water temperature, fuel level, hour meter, battery voltage, generator voltage, ammeter and frequency meter. Furnish safety shutdowns for low oil pressure, high water temperature, low water level, over-speed and over-crank conditions. (GFE) CSL AB805W 2.3 TRANSFER SWITCH DECRIPTION: See 2.3.1-2.3.2 for details on nonfusible disconnect switches at each building locations. 2.3.1 BLDG 572. Automatic Transfer Switch Shall be BTPC400 Transfer Switch-Onan, Power Command, 400 Amp. Poles-3. (GFE) CSL AB730D 2.3.2 BLDG 1097. Automatic Transfer Switch Shall be BTPC175 Transfer Switch-Onan, Power Command, 150 Amp. Poles-4. (GFE) CSL AB806B 2.4 NONFUSIBLE DISCONNECT SWITCH: See 2.4.1-2.4.3 for details on nonfusible disconnect switches at each building locations. 2.4.1 BLDG 288. Disconnect switch provided will be a double throw 400 AMP 3 phase, 4 pole, 600 VAC circuit and shall be protected by an external enclosure. Disconnect switch lugs sizes shall be sized for paralleled 350 kCM per phase. Disconnect switch shall have an external pull handle with on and off markings and have lockout / tag out capability. (GFE) CSL AB804Z 2.4.2 BLDG 572. : Disconnect switch provided will be a double throw 200 AMP 3 phase 600 VAC circuit and shall be protected by an external enclosure. Disconnect switch lugs sizes shall be sized for paralleled 350 kCM per phase. Disconnect switch shall have an external pull handle with on and off markings and have lockout / tag out capability. (GFE) CSL AB805A 2.4.3 BLDG 1097. Disconnect switch provided will be a double throw 200 AMP 3 phase 600 VAC circuit and shall be protected by an external enclosure. Disconnect switch lugs sizes shall be sized for paralleled per phase. Disconnect switch shall have an external pull handle with on and off markings and have lockout / tag out capability. (GFE) CSL AB805A 2.5 DIESEL FUEL STORAGE TANK: See 2.5.1for tank description at building location 2.5.1 BLDG 288. Tank provided will be 112L X 48W (IN), 1,000 gallon double wall, UL-142 labeled, Hoover Lube Cube Aboveground Storage Tank designed for storage of petroleum products such as fuels and oil. Design utilizes heavy gauge inner and outer steel tanks to provide greater than 110% secondary containment required by federal regulations. Features include male NPT fittings, leak monitoring port, and beige (desert sand) exterior enamel finish. (GFE) CSL AB805C 2.6 Contractor shall provide any other materials not listed, required to complete the project. PART 3.0 ? EXECUTION: 3.1 UTILITY POWER: Contractor will disconnect/isolate utility power before work is commenced. They will coordinate with users on any outages that must occur as part of the project, as these facilities are the German POL site, Command Post and Receiver Site. Contractor shall be responsible for ensuring work area is safe prior to commencing work. 3.2 DISCONNECT SWITCH: Contractor shall install and mount the disconnect switches in place of the Automatic Transfer Switches in the control room (See attached drawing). Installation includes wiring the disconnect switch into the existing circuit. The contractor shall enclose all external wiring in conduit. Unistrut metal framing bars shall be joined to the square steel pipes to allow the disconnect switch conduit to be mounted. The disconnect switch shall be joined to the square steel pipes. 3.3 VERIFICATION OF DIMENSIONS AND CONDITIONS: The Contractor shall visit the premises to become thoroughly familiar with details of the work and working conditions, verify dimensions in the field, and shall advise the Contracting Officer of any discrepancy before starting the work. Contractor shall be responsible for all measurements associated with the project. PART 4.0 - UTILITY OUTAGES AND SPECIAL CONDITIONS: 4.1 UTILITY OUTAGES: Contractor shall coordinate all outages and work schedule with the Contracting Officer. 4.2 SPECIAL CONDITIONS: Work shall be started and completed at during the agreed to time frame as to not interfere with mission requirements. 4.3 SECURITY REQUIREMENTS: See 4.3.1-4.3.3 for details at each building location. 4.4 BASE FIRE REGULATIONS: The Contractor shall comply with Base Fire Regulations as set forth in the latest edition of Holloman Air Force Base Instructions. The Contractor shall use no explosives in performing the work. The Contractor shall understand and comply with welding and cutting requirements in the latest edition of AFOSH Standard 91-5. All work shall be in strict compliance with NFPA-101. PART 5 - ENVIRONMENTAL REQUIREMENTS: 5.1 COMPLIANCE WITH LAWS: Construction activities are NOT exempt from air emission, storm water, hazardous waste, and other environmental compliance rules and regulations. The Contractor shall comply and ensure that all Subcontractors comply with all applicable federal, state, and local laws, regulations, ordinances and standards related to environmental matters. The Contractor shall also comply and ensure that all Subcontractors comply with all specific instructions or directions given to the Contractor by Holloman AFB regarding environmental matters. 5.2 HAZARDOUS AND SPECIAL WASTES GENERATED BY THE CONTRACTOR: The Contractor shall identify, characterize, containerize, store and dispose of hazardous wastes in strict accordance with federal guidelines found in the Code of Federal Regulations, Title 40 (40 CFR) parts 260-270, state regulation 30 TAC 335, all local guidelines, and as specified. A Uniform Hazardous Waste Manifest shall be used by the Contractor to document all parties and locations involved in the transportation, storage and disposal of all hazardous and special wastes. This form shall be provided to the government by the Contractor and signed by the Base Environmental Coordinator (CEV) before the waste is transported from the limits of government property. A copy of the manifest shall be signed by the receiver of the waste and submitted to the Contracting Officer not later than forty-five days after disposal has taken place. Hazardous waste treatment, storage and disposal facility shall be located within in the state of Texas, permitted by the U.S. EPA and approved by CEV. 5.3 CONTRACTOR ENCOUNTERED HAZARDOUS WASTE: The Contractor shall notify the Contracting Officer?s Representative and CEV upon encountering any material not identified in this Statement of Work thought to be hazardous that could jeopardize the safety of workers or personnel in the area. The Government will be responsible for characterization, transportation, storage and disposal of the waste if necessary. 5.4 ASBESTOS: To the best of the Government's knowledge, no asbestos-containing material (ACM) will be encountered during this project. Should the Contractor encounter previously unidentified or suspected ACM which must be disturbed to comply with the contract documents, the Contractor shall cease that work which would disturb the suspect material and shall immediately notify the Contracting Officer. The Government will take steps, as appropriate, to ascertain the material's composition and determine any remedial actions necessary. 5.5 HAZARDOUS MATERIALS: The Contractor shall provide to the Contracting Officer an AF Form 3000, Material Approval Submittal, listing all materials to be utilized during the contract. If any of the material should be classified as hazardous, the Contractor will submit an AF Form 3952, (Chemical/Hazardous Material Request Authorization) for each material item with all information as required per item for review. The Contractor must supply an up-to-date Material Safety Data Sheet (MSDS) for each requested AF Form 3952 item listed as a hazardous material, as defined to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the MSDS submitted under this contract. The Contractor must maintain a file of all MSDS. No hazardous materials, lubricants, oils, liquids or related materials shall be deposited in the refuse containers on base. The Contractor shall contact CEV for disposal guidelines of any spent hazardous materials. Contractor shall adhere to all other federal, state, and local guidelines regarding environmental practices. 5.6 NUISANCE AND POLLUTING ACTIVITY PROHIBITED: Polluting, dumping, or discharging of any harmful, nuisance, or regulated materials (such as but not limited to concrete truck washout, vehicle maintenance fluids, residue from saw cutting operations, solid waste and hazardous substances) into building drains, site drains, streams, waterways, holding ponds or to the ground surface shall not be permitted and the Contractor shall be held responsible for any and all damages which may result. Further, the Contractor shall conduct work activities in such a fashion as to avoid creating any legal nuisance, including but not limited to, suppression of noise and dust, control of erosion, and implementation of other measures as necessary to minimize offsite impacts of work activities. PART 6 - SITE MAINTENANCE AND CLEANUP: 6.1 All removed material and equipment shall become the contractors? responsibility for appropriate disposal. The proposed cost of project will include a written discount for removed assets from the project. 6.2 SITE MAINTENANCE: The Contractor shall protect adjacent property, buildings and their contents from paint, dust, dirt or other materials. Work areas shall be maintained in a neat, clean, safe condition and shall, at a minimum, be cleaned at the end of each shift. All streets and roadways in/adjacent to the site shall remain free of project generated trash and debris at all times 6.3 CLEANUP: The Contractor shall collect all trash, debris, refuse, garbage, etc., which he generates and place it in appropriate containers with lids or approved covers on a periodic basis or as directed by the Contracting Officer?s representative. The aforementioned materials shall be hauled from the site by appropriate means on a daily basis, unless otherwise approved by the Contracting Officer?s representative. Disposal shall be outside the limits of government property. Disposal shall be by sanitary landfill or other approved methods and shall conform to all local, state, and federal guidelines, criteria, and regulations. PART 7 - ENERGY CONSERVATION: 7.1 UTILITIES CONSERVATION: The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which shall include: Lights shall be used only in areas where and when work is actually being performed. Mechanical equipment controls for heating, ventilation and air conditioning systems shall not be adjusted by the contractor. Water faucets or valves shall be turned off after the required usage has been accomplished. The Contractor shall not abuse the use of base telephones. Telephones shall be used for contract related issues only. The Contractor shall use good judgment in the conservation of government utilities. Prevailing energy conservation practices shall be adhered to and enforced by the Contractor. PART 8 - RESPONSIBILITY: 8.1 RESPONSIBILITY: The above 1 through 7 summaries do not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, and materials required by this Statement of Work. PART 9 ? STORAGE, PARKING, AND ACCESSORIES: 9.1 CONTRACTOR STORAGE: There is no contractor storage, and parking shall be in the vicinity of the job site as designated by the Contracting Officer?s representative. 9.2 NO ON-BASE STORAGE AREAS: All paints, thinners, solvents and other hazardous materials shall be stored in a Contractor supplied trailer or vehicle and shall not remain on base overnight. PART 10 - COMPLETION OF WORK: 10.1 OPERATIONAL SYSTEMS: The contractor shall insure that work for this project is performed in accordance with the criteria herein and that all equipment and systems shall be fully operational at the completion of work for this project. Parts provided by the government are: 3 double throw switch, 600vac, 400amp,4 pole, 1000 gal diesel fuel tank steel, 2 diesel generators 50kw,120.208onan & 1 125kw,277/480 vac,onan 2 automatic switch 208vac,150amp,4pole
 
Record
SN01057243-W 20060527/060525220809 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.