Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

Z -- Replace Lighting and Install Receptacles Warehouse 29, Defense Distribution Center San Joaquin (DDJC), Tracy Site

Notice Date
7/20/2007
 
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-0120
 
Archive Date
9/30/2007
 
Description
Contractor shall furnish all necessary supervision, labor, material, equipment and accessories necessary to Replace Lighting and Install Receptacles Warehouse 29, 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. Warehouse 29 height is approximately 36 feet. 3. Clean the existing 250 watt metal halide light fixture lenses in Section 1 (quantity 90). 4. Provide and install six (6) new dedicated duplex receptacles (one on each column) in Section 1 and three (3) new dedicated duplex receptacles (located on the east wall) in Section 3. 5. Provide and Install six (6) new 20 amp, single pole circuit breakers in existing electrical panel PNL-5 for new dedicated duplex receptacles in Section 1. 6. Provide and install seventy-two (72) new 400 Watt pulse start metal halide high bay enclosed glass light fixtures with power hook and cord. High bay luminaire shall be for mounting heights of 25 feet and above (TPGE-400M-PG21GLE or equivalent). Mount fixture to steel beam. Fixture shall be suitable for 55 degrees C ambient temperature. 7. Provide and install seventy-two (72) new lamps. 8. Remove and dispose of all existing conduit and wire from existing fluorescent light fixtures to existing electrical panels. 9. Provide and install new #10 copper wire in 3/4 inch EMT for new light fixtures (Qty 72) and receptacles (Qty 9). 10. In Section 3, remove and dispose of existing fluorescent light fixtures, except for the existing twenty-two (22) 8-foot fluorescent light fixtures that are to be turned over to the government (see contract drawings). 11. Remove and replace existing 120/208 Volt, 225 Amp, 18 Space, 3 Phase, 4 Wire electrical panel (LP3-1) in section 3 of Warehouse 29. Provide and install new 120/208 Volt, 225 Amp, 30 Space, 3 Phase, 4 Wire electrical panel with new 225 Amp, 3 Pole main disconnect. Provide and install new circuit breakers as indicated on contract drawing ((12) 20 Amp, 1 Pole Breakers; (8) 20 Amp, 2 Pole Breakers; (2) Spaces). Label new panel LP3-1 according to specification. Reconnect all existing circuits to new circuit breakers. 12. Remove eight (8) existing 20 amp, 1 pole circuit breakers (#2, 4, 6, 8, 13, 15, 17, and 19) in existing Electrical Panel 29-3, and replace with four (4) new 20 amp, 2 pole circuit breakers for new lighting circuits. Remove 3 Pole circuit breaker labeled battery charger (#22,24,26) in Panel 29-3 and replace with three (3) new 20 Amp, 1 pole circuit breakers for new receptacles. 13. Remove all conduit and wire from existing battery charger disconnect switch (located on the exterior wall of Warehouse 29, Section 3) to 3 pole circuit breaker in Electrical Panel 29-3. 14. All power outages shall be scheduled during a weekend. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed and complete the entire work ready for use within 75 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-0120 for the above stated requirement is on or around August 6, 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 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
SN01347636-W 20070722/070720220135 (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.