SOLICITATION NOTICE
45 -- Repair Air Handling Units Building 1250 Helicopter Bay
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1Y3DA7236A004
- Response Due
- 9/17/2007
- Archive Date
- 1/1/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined Synopsis solicitation for commercial items prepared in accordance with the format in FAR 12 Sub Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation is set aside 100% for Small Business. The NAICS code is 811310 . The Small Business Size Standard is $6.5M. This requirement is for the provision of all parts, materials, supplies, equipment, labor and transportation necessary to repair six Air Handling Units (AHU) installed in building 1250 (Helicopter Bay) at F.E. Warren Air Force Base, Cheyenne Wyoming 82005. A site visit is scheduled for 9:00 A.M. MST on 13 Sept 2007 to look at the existing equipment. Please contact Mr. Moreno so escort authority may be arranged. Please include a forwarded list of attendees to include Name and Company. The AHUs are Trane Type CCDB12SW0G. The Statement of Work is included in this solicitation. SECTION 4 DRAWING, PHOTOS AND DATA can be requested from Mr. Moreno and will also be provided at the site visit. Information will be emailed or sent by facsimile to requesting parties prior to quote deadline. The AHUs must be repaired no later than 12 October 2007. All quotes will be inclusive of all costs including shipping. The following clauses will apply to this solicitation and will be incorporated into the award. The Government reserves the right to enter clauses into the award which are not in the solicitation with notice to the selected contractor. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: www.arnet.gov/far. Clauses include: 52.204-7 -- Central Contractor Registration. (July 2006), 52.212-1 -- Instructions to Offerors -- Commercial Items. (Sep 2006), 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006), 52.212-4 -- Contract Terms and Conditions -- Commercial Items, (Feb 2007), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2007), 252.204-7004 Alternate A Central Contractor Registration (NOV 2003), 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). FAR Clause 52.252-2 Clauses Incorporated by Reference (Feb 1998). Clauses to be Incorporated by Full Text include 52.237-1 -- Site Visit (Apr 1984), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). (APR 2003). QUOTES ARE DUE NLT THAN 2:00 PM, MOUNTAIN DAYLIGHT TIME, 17 Sep 2007. You are encouraged to submit quotes electronically to Robert.Moreno2@warren.af.mil. Quotes may also be submitted on letterhead and faxed to the attention of Robert Moreno, Contract Administrator @ 307-773-4636. All offerors must complete on-line registration at the following sites: The requirement calls for Contractors to be registered with the Central Contractor Registration (CCR) http://www.ccr.gov . Purchase orders cannot be awarded to companies that are not registered in CCR. Contractors must validate this information by also registering at http://orca.bpn.gov. Points of Contact Mr. Robert Moreno, Contract Specialist, Phone (307)-773-4911, FAX (307)-773-4636, email Robert.Moreno2@warren.af.mil The Contracting Officer is Mr. WM ?Dutch? Van Stockum, Phone (307)773-4789, Fax (307)-773-4636, email Dutch.Vanstockum@warren.af.mil. STATEMENT OF WORK FOR REPAIR AIR HANDLING UNITS BLDG 1250 F.E. WARREN AFB, WY SECTION 1: SCOPE OF WORK 1.1 SCOPE: The work to be performed under these specifications consist of furnishing all parts, material, supplies, equipment, labor, and transportation, necessary to accomplish: Repair six AHUs in the helicopter bay bldg 1250 F. E. Warren AFB, WY. AHUs are Train and the following information applies. Trane sales # kv5-h104a Tag: c-2a c&d Customer order # 4545 Serial: k87m37750 Unit type: ccdb12sw0g Basic unit: h5a1l01l00k SECTION 2: SPECIFIC REQUIREMENTS 2.1 DEMOLITION: Demolish and dispose existing hot water heating coil for the 6 AHUs and Squirrel cage fan and shaft for 1 AHU. 2.2 INSTALLATION: 2.2.1 Coils: Replace the hot water coils in 6 AHUs in the helicopter maintenance bay in bldg 1250. The AHUs are on raised platforms (see photo). The coils are fed with hot water from the mechanical room. Specification for the coils is from TRANE. Up to 100? of hot water piping shall need changing during the replacement process. The existing control value will be used. Contractor to repair/replace insulation that is damaged when pulling the coils. 2.2.2 Fan & Shaft: One of the AHUs needs a new fan and shaft. 2.2.3 Control Configuration: The AHU is turned on and off to control the heat and the hot water valve is forced wide open all the time. 2.2.4 Work Schedule: The contractor shall keep the bay open for work by the occupants. This includes providing heat either with a separate heat source or by keeping sufficient AHUs running during work. 2.3 HAZARDOUS MATERIAL: Hot water coil loop contains glycol. SECTION 3: GENERAL REQUIREMENTS 3.1 COORDINATION: The Contractor shall be responsible for coordinating all phases of his/her operations with the appropriate Base personnel through the Contracting Officer or his/her authorized representative. The facilities shall remain in operation while the contractor is working, and it is up to the contractor to coordinate around the normal activities of the facility. Advance notice of not less than 72 hours will be given to the authorized representative. 3.2 BASE IDENTIFICATION CARD: The Contractor's workers shall obtain a base ID card (requires a valid drivers license or picture ID). The Contractor must send a typed letter to Contracting on company letterhead requesting an ID for all of his employees to work on F. E. Warren AFB. The letter will be forwarded to PASS & ID in bldg. 232. Once letter is posted, the employee can go to bldg 232 to get the ID made. The contractor shall turn in pass and identification items of employees who are terminated or leave the employ of the contractor. FYI Names submitted for, a base I.D., are subject to a computer background check for wants and warrants. 3.3 SAFETY: All regulation pertaining to safety as noted in the Corps of Engineers Manual EM 385 1 1, OSHA Standards, and Base regulations shall be strictly adhered to by the contractor. Particular care shall be exercised in connection with operation of vehicles and other equipment on the site. Safety barriers and equipment shall be provided by the contractor as required. Ladders, scaffolding and other equipment shall not be left unattended at the job site. 3.3.1 A plan to Lock out and Tag out of electrical supply to existing units will be developed and followed. 3.4 DEMOLITION AND DISPOSAL: All scrap and debris shall be removed from the job site each day and disposed of off Base (unless otherwise stated in Section I). The contractor shall remove all rubbish and accumulated materials and scrap from the premises, leaving the job site in a clean, acceptable condition. Any adjacent areas which are damaged by the contractor due to demolition or removal shall be repaired to the satisfaction of the Contracting Officer or his/her authorized representative, or replaced. 3.5 VACATING WORK AREA: During exercises, natural disaster, and national emergencies or for security reasons, the contractor may be required to vacate a work area. 3.6 CONTRACTOR EXPERIENCE: Installer Qualifications: Products listed in Section 2 shall be installed by a contractor that has successfully installed like items on projects of similar type and scope as specified. 3.7 SMOKING: No smoking is allowed in government buildings. The contractor and his/her employees can smoke at designated areas outside the building, or in his/her vehicle. 3.8 HAZARDOUS MATERIALS: Submit a Material Safety Data Sheet (MSDS) for each chemical/compound proposed for this project to the Base Bioenvironmental office (90 AMS/SGPB) for review and approval prior to delivery to the Base. A hazardous material is defined in Federal Standard DED-STD-313C (Tables I&II). The definition of materials presenting a health hazard or physical hazard is found in 29 Code of Federal Regulations (CFR) 1910.1200(c). The contractor must compile a ?Hazardous Materials Report? containing description of the hazardous material, brand name, part number, SSL No., unit of issue, quantity issued/used and person(s) issued to. Submit the report at the end of the job to the Contracting Officer. Products containing urea-formaldehyde shall not be permitted. Chlorofluorocarbons (CFCs)/HCFCs: Products and equipment requiring or using CFCs or HCFCs during the manufacturing process shall not be permitted. 3.9 RECYCLED MATERIALS: The contractor is urged to recycle or use recycled material where ever possible. He is required to use concrete and insulation with 10% recycled material unless the cost or availability is unreasonable. If recycled material is used, the Contractor must submit a report at the end of the job listing the total quantity of recycled material used to the Contracting Officer. 3.10 PROTECTION OF PROPERTY: The contractor shall be responsible to check and determine that all necessary precautions have been taken to protect all property, both Government and private, in all areas where this contract is being accomplished. Damage caused from failure by the contractor to exercise care in the performance of work shall be immediately repaired to the satisfaction of the Contracting Officer or designated representative without additional cost to the government. 3.11 CLEANUP: The areas where work is in progress shall be kept as neat and clean as is consistent with the work in progress. Material wrappings, containers, etc., which might be scattered by wind or become a hazard to pedestrians shall be placed in appropriate containers, disposed of or otherwise secured. 3.12 WORK SCHEDULE: Working hours for the contractor will normally be between the hours of 7:30 and 4:30 p.m. excluding Saturdays, Sundays and Federal holidays. If the contractor desires to work during periods other than above, additional Government inspection forces may be required. The contractor must notify the Contracting Officer or designated representative three days in advance of intention to work during other periods to allow assignment of additional inspection forces when the Contracting Officer determines that they are reasonably available. If such force is reasonably available, the Contracting Officer or designated representative may authorize the contractor to perform work during periods other than normal duty hours/days; however, if inspectors are required to perform in excess of their normal duty hours/days solely for the benefit of the contractor, the actual cost of inspection at overtime rates will be charged to the contractor and will be deducted from the final payment of the contract amount. 3.13 AVAILABILITY OF UTILITY SERVICES: All reasonable quantities of utilities will be made available to the contractor without charge. Any temporary lines or connections that may be required will be installed, maintained and removed by the Contractor at their own expense and in a manner satisfactory to the Contracting Officer or designated representative. Removal of such connections of lines will be accomplished by the contractor prior to final acceptance of the construction. 3.14 START OF WORK: The date for actual start of work will be coordinated between the contractor, Contracting Officer or designated representative and supervisory personnel in the building after the contractor determines when all materials and equipment for the project will be received. 3.15 WELDING/CUTTING TORCH PERMIT: A welding/cutting permit is needed from the Base Fire Department (307-775-2931) prior to welding or using a device producing an open flame. 3.16 DELIVERY, STORAGE, AND HANDLING: Store products in manufacturer's unopened packaging until ready for installation. Store products in protected area not exposed to weather and at temperature conditions recommended by manufacturer. SECTION 4 DRAWING, PHOTOS AND DATA
- Place of Performance
- Address: 90th Contracting Squadron, 7505 Marne Loop, Attn: Robert B. Moreno, F.E. Warren AFB
- Zip Code: 82005-2860
- Country: UNITED STATES
- Zip Code: 82005-2860
- Record
- SN01397133-W 20070908/070906221356 (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 |