SOLICITATION NOTICE
Z -- Replace Steam and Condensate Line Insulation
- Notice Date
- 4/25/2008
- Notice Type
- Modification/Amendment
- NAICS
- 221330
— Steam and Air-Conditioning Supply
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Central Heating Plant (WPMF), 13th & C Streets, S.W., Washington, District of Columbia, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS-11-P-08-YM-P-0080
- Response Due
- 5/20/2008 1:00:00 PM
- Point of Contact
- Barbara A Garrett,, Phone: 202-690-9732, Greg Westphal,, Phone: 202-708-4895
- E-Mail Address
-
barbara.garrett@gsa.gov, greg.westphal@gsa.gov
- Description
- B. General Contract Specifications 1.The contractor shall complete the work specified under this contract within 180 calendar days from the receipt of the Notice To Proceed. 2.The contractor shall ensure that his/her employees have proper identification in accordance with the regulations stipulated for the Steam Distribution Complex (SDC). The Steam Distribution Complex is a Security Level 5 facility; the Contractor shall comply with all security regulations for this facility. For each Contractor employee or subcontractor performing work in the SDC for a period of thirty days or longer, see the attached Security Requirements. 3.It shall be the responsibility of the contractor, prior to bidding this job, to inspect the work site, determine the quantity of work involved, check dimensions, compare the specifications with the work to be done, and inform themselves as to all existing site conditions. Failure to do so will in no way relieve the successful contractor from work that may be required to carry out the terms of this contract in accordance with the true intent and meaning of the specifications, without additional cost to the government. 4.The steam distribution tunnels and manholes are hot, damp, and dark. The contractor must inform his/her employees of the working conditions and the possible safety implications. The contractor shall provide proper ventilation, cooling, electric power, and lighting in the tunnels and manholes as necessary. The contractor shall provide his/her employees with hard hats and steel-toe safety shoes, as well as any other safety equipment necessary when working in the tunnels or manholes. The contractor shall provide a 4-gas air monitor for each work crew. The Government shall provide a two-way radio to each contractor work crew for communication purposes with GSA personnel. The tunnel entrances and manholes will be opened by GSA personnel each day as necessary. No person shall enter the tunnel system alone; entries will only be authorized when at least two individuals are entering the space. No eating or smoking is allowed in the tunnel system. 5.Prior to commencement of any work, the contractor is required to submit a comprehensive Accident Prevention Plan for Government approval. The following items are the minimum outline for the Accident Prevention Plan: •Signature Sheet oPlan preparer (Qualified Person such as the Corporate Safety Officer) oPlan must be approved by company officers authorized to obligate the company (e.g. owner, president, vice president, etc.) oPlan concurrence •Background Information oContractor oContract Number oProject Name oBrief project description, description of work to be performed, and location map oContractor accident experience oListing of phases of work and hazardous activities requiring an activity hazard analysis (AHA) •Statement of Safety and Health Policy – Provide a copy of your current company Safety and Health Policy Plan •Responsibilities and Lines of Authorities oIdentification and accountability of personnel responsible for safety – both corporate and project level. (Include copies of resumes for safety and industrial hygiene personnel.) oLines of authority •Subcontractors and Suppliers – Provide the following information: oIdentification of subcontractors oMeans for controlling and coordinating subcontractors and suppliers oSafety responsibilities of subcontractors •Training oList subjects to be discussed with employees in safety indoctrination oList the mandatory training and certifications that are applicable to this project and any requirements for periodic retraining/re-certification. oIdentify the requirements for emergency response training. oOutline requirements (who attends, when given, who will conduct, etc.) for safety meetings •Safety and Health Inspections – Provide details on: oWho will conduct safety inspections, proof of inspector’s training/qualifications, when inspections will be conducted, how the inspections will be recorded, deficiency tracking system, and follow-up procedures. The names of competent and/or qualified person(s) and proof of competency/qualification to meet specific OSHA competent/qualified person(s) requirements must be attached. oAny external inspections/certifications that may be required. •Medical Support – Outline on-site medical support and off-site medical arrangements including rescue and medical duties for those employees who are to perform them, and the name(s) of on-site Contractor personnel trained in first aid and CPR. •Plans, Programs, Procedures – Provide the following plans: oFirefighting Plan oConfined Space Plan •Site Specific Hazards and Controls – Detailed site specific hazards and controls shall be provided in the activity hazard analysis (AHA) for each activity of the project. 6.The contractor shall receive a safety orientation presented by the Government safety representative before commencement of work in the steam distribution system. The contractor shall ensure that his employees follow all OSHA regulations for the work environment, and the contractor shall ensure sound engineering methods in the repairs of these areas. All entrants into the steam distribution tunnels and manholes shall have been trained in accordance with OSHA's Confined Space Entry (29 CFR 1910.146). The contractor shall provide to GSA a copy of their confined space entry procedures. The contractor shall not operate any mechanical or electrical equipment (such as valves, fan and sump pump disconnect switches, etc.) in the steam distribution system. The contractor shall lock-out and tag-out the isolation valves (or other pertinent equipment) on both sides of the equipment being replaced. The contractor shall perform a hazard analysis to be reviewed by the Government before commencement of work in the steam distribution system. The contractor shall coordinate with the city government when work will affect traffic flow. 7.The contractor shall keep the work area clean and free of materials or objects that compromise the safety of the contractor's personnel, GSA employees and other contractors, or the public. This includes disposal of all demolition and construction debris. All waste generated as a result of contractor excavation and construction and/or installation of contractor supplied materials or equipment is the property of the contractor except items defined as "salvage" by the Government. The contractor is responsible for the removal of his waste and shall not use government owned or controlled equipment to contain, store, or otherwise handle his trash or debris. The contractor shall provide sufficient containers to remove all waste created by his operations and remove same from the job site as soon as practicable. The contractor is responsible for assuring that all waste from Government work is disposed of only through a facility that has been certified by the appropriate State or local agency for waste management, or by the Environmental Protection Agency. 8.Upon the conclusion of all work, a comprehensive inspection and performance test shall be performed by the government representatives prior to the issuance of final approval and acceptance by the government. 9.The contractor shall warranty all workmanship for a period of two years from the date of acceptance by the Government. 10.A pre bid meeting, including a walk-through of some of the construction sites, will be scheduled. Bidding contractors shall check the solicitation documents for the scheduled date and time. Contractors shall submit proof of their confined space entry training before entering the tunnels. C. Contractor Qualifications Contractors shall submit with their bid packages three references to attest to their experience and previous successful completion of jobs of the type and magnitude specified under this solicitation. The field service technician must have at least 3 years experience in performing work of this nature. 1.Contractors shall submit evidence of their experience and qualifications. The successful contractor must have at least 3 years successful experience in performing work of this nature. 2.Contractors shall furnish resumes of the individuals in their companies responsible for the technical portion of the work, including the field service technicians to perform the field work. 3.Contractors shall furnish a minimum of three (3) successfully completed projects similar to that specified herein. The following information shall be required on each project listed: (a) Project Name(e) Client Address (b) Project Completion Date(f) Contact Person (c) Project Location(g) Client Phone No. (d) Client Name 4.The contractor shall furnish all information as required in paragraphs "1" through "3" as part of their bid package. D. Basis of Offer The contractor shall quote a firm, fixed price to perform the work as specified under the terms and conditions of this specification. The contractor shall provide unit prices for re-insulating the piping for all of the line sizes and insulation thicknesses as specified in the Standard Form 1442. The insulation and aluminum jacketing shall be installed per paragraphs A.2 through A.4 in the specifications above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=010df444de8d1d379ccd4cf3493f03b7&tab=core&_cview=1)
- Place of Performance
- Address: GENERAL SERVICES ADMINISTRATION, HEATING OPERATION & TRANSMISSION DISTRICT STEAM TUNNELS, STEAM DISTRIBUTION COMPLEX, WASHINGTON, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN01561108-W 20080427/080425214750-c5fa6725b45a0213d20fc9b68bd17979 (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 |