Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

Z -- Replace Lighting Warehouse 22, Defense Distribution Center San Joaquin (DDJC), Tracy Site, Tracy CA

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-07-T-0112
 
Archive Date
9/30/2007
 
Description
Contractor shall furnish all necessary supervision, labor, material, equipment and accessories necessary to replace lighting in warehouse 22, Section 3 located at Defense Distribution Center San Joaquin, Tracy Site. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will attend the site visit and thoroughly familiarize himself with the project. Specifications and drawings will be provided when the solicitation package is issued. All work shall be performed complete and in accordance with the specification and drawings. Project Description: 1. All work shall be in accordance with latest version of the National Electrical Code (NEC). 2. All wire for light fixtures shall be #10 copper wire. Conduit shall be a minimum size of three quarter in. EMT. 3. Provide and install thirty-six (36) new 400 Watt pulse start metal halide low bay light fixtures with power hook and cord. Low bay luminaire shall be for mounting heights of 30ft. and below (Day-Brite LBN-400-P or equivalent). Mount fixture to steel beam. 4. Provide and install three (3) new 20 amp, two pole circuit breakers in existing Electrical Panel 3A (B22) for three of the new light circuits. Reuse three (3) existing 20 amp, two pole circuit breakers in existing Electrical Panel 3A (B22) for three of the new light circuits. 5. Remove existing thirty (30) 250 Watt metal halide light fixtures, conduit, wire, j-boxes and related electrical appurtenances from existing light fixtures to existing electrical panels. 6. Install new light bulbs in all new fixtures. 7. In existing 120/208 volt, 3 phase, 4 wire, 600 amp Main Panel 22 A, provide and install new 225 amp, 3 pole circuit breaker in space #5. Breaker type shall be Square D, thermal-magnetic molded case Q type circuit breaker. Provide and install new 4#4/0 copper wire and 1#2 copper ground in new 2-1/2in. EMT from new 225 amp circuit breaker to new Electrical Panel 223 AC. Fire wall penetrations shall be sealed. 8. New Panel 223 AC shall be 120/208 volt, 30 space, 3 phase, 4 wire, with a 225 amp main disconnect circuit breaker. Provide and install new circuit breakers in Panel 223 AC as indicated on contract drawings. 9. New Electrical Panel 223 AC shall be labeled and provided with a typed directory. 10. All electrical power outages shall be outside of the normal Monday through Friday 7:00 AM to 3:30 PM work hours. The power outage shall be scheduled for a Sunday and must be scheduled a minimum of 72 hours in advance. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed and complete the entire work ready for use within 90 calendar days after receipt of the Notice to Proceed. This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 238210. The small business size standard is $13,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of Request for Quote (RFQ) SP3100-07-T-0112 for the above stated requirement is the week of July 16, 2007. A site visit will be conducted. The exact date and time for the site visit will be stated in the RFQ package. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the RFQ package will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible concerns may submit a quotation which shall be considered by this agency. The Government intends to award one contract as a result of the quotation. Award will be made to the lowest priced offeror. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Place of Performance
Address: Defense Distribution Center San Joaquin (DDJC), Tracy Site, Tracy CA
Zip Code: 95304
Country: UNITED STATES
 
Record
SN01329848-W 20070630/070628220135 (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.