Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

61 -- Install Generator

Notice Date
6/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3H3G28140A001
 
Archive Date
7/31/2008
 
Point of Contact
Camber N Valdes,, Phone: 402-294-9900
 
E-Mail Address
camber.valdes@offutt.af.mil
 
Small Business Set-Aside
Veteran-Owned 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; quotes are being requested and a written solicitation will not be issued. This solicitation F3H3G28140A001 is being issued as an Invitation For Bid (IFB). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21. This procurement is a 100% Service-Disabled Veteran Owned Small Business Set Aside IAW FAR 19.502-2 (a). The NAICS code is 423610 and the small business size standard is 100 employees. The following commercial items are requested in this solicitation; Statement Of Work Offutt AFB Project SGBP08-1005 Install Generator B541 Scope of Work: This Statement of Work consists of furnishing all labor, equipment, and material requirements for providing, installing, and acceptance testing for a complete and operable Emergency/Standby Electric generating system, including all devices and equipment specified herein 1. Major Items of Work: a) Project 08-1005: Provide and install generator set, automatic transfer switch and electrical service disconnect switch fused ahead of the (ATS) mounting location of the service disconnect and the double through switch to be determined at site visit IAW the national Electric Code, the (ATS) to be installed inside the facility room 107. Provide and install a double through switch to bypass the new pad mounted generator to allow a portable generator to be connected to the facility, provide and install an Appleton receptacle 100 amp catalog #ADJA1044-150 or approved equal to match the governments portable generator Appleton catalog #ACP1044CD, Style 1, 100 amp plug. Receptacle to be mounted on the exterior of the facility (Driveway Side). b) Generator Set Description: Certification -EPA, Tier 3 approved diesel Electrical Generator Set 20 KW @ 0.8 P.F. continuous standby rating, 120/208 volts, 60 hertz, 3 phase, 4-wire with all standard equipment, plus the following modification and accessories. Generator set weather proof enclosure with the following features ; hinged side servicing panels, hot air exhaust louver with up-duct, air intake louver with bird screen and rain deflector, and rear control panel access door; side servicing panels have two (2) locking points and all panels and doors are key lockable, enclosure completely installed on generator set mounting base that incorporates a 200 gallon, 72 hour, double wall, UL listed sub-base tank with low fuel, high fuel and fuel in rupture basin alarms. Fuel tank heater 1,000 watt, 120 volt with thermostat and fuel safety shutdown installed. Exterior flush mount fuel fills station with spill basin and locking door. High level lamp and horn installed inside the fuel station to give the tank truck driver a signal that the fuel tank is 90% full. Standard and emergency fuel tank vents installed and extended to exterior of enclosure. Generator set and exhaust system will be completely installed and plumbed inside the enclosure prior delivery to the job site. Lube oil and coolant drains extended to the exterior of the enclosure. Provide a concrete pad for generator/sub-base fuel tank manufacturer's specifications. c) Generator Set Options : Main line circuit breaker ; Quiet Site Level 2 enclosure ; Weather protective enclosure with silencer ; 2 year standby warranty ; 72 hour dual wall sub-base fuel tank ; 120/240 volt, 1500 watt coolant heater ; 120/240 volt, 150 watt oil heater. 2. Automatic Transfer Switch: Bypass Isolation Automatic Transfer Switch, 100 ampere, 120/208 volts, 3 Phase, 4-wire, 4 pole switch with the following equipment, all installed in a NEMA 1 enclosure. a) Battery float charger, 15 amp, 12 volt, with ammeter and monitors for high battery, low battery and charger failure wired to the generator set control panel monitor. b) Source available LED's c) Normal/Emergency LED's d) Bypass Isolation feature that allows transfer from normal contactor assembly to bypass the contactor assembly without a break in the power to the facility. 3. Electrical panel "L" located in room 106 all additional branch circuits for the generator/ATS the contractor to provide circuit breakers as needed. 4. Location or Work: The location of work building 541 at Offutt AFB, Ne. 5. Codes: The electrical work shall comply with the latest applicable rules of the National Electric Code, National Electrical Safety Code, and the National Fire Protection Association. Electrical equipment and material shall be UL approved, whenever applicable. 6. Submittals: The contractor shall submit seven copies of material submittals catalog data for approval. Included in the list but not limited to the Generator set, Automatic Transfer Bypass Isolation Switch and sub-base fuel tank. 7. General: All of the material used shall be the best commercial quality and in accordance with the requirements specified in this Statement of Work and on the applicable drawings. All of the work shall be carried out in a professional manner by workmen skilled in the appropriate trades. The installation of the conduit system shall be in accordance with the manufacturer's recommendations as well as this Statement of Work. 8. Occupancy: During construction the Government will occupy the existing facility. The contractor shall not restrict nearby pedestrian or vehicular traffic to this facility and shall coordinate construction with the Contracting Officer to minimize conflicts and to facilitate usage. The contractor shall perform the work so as not to interfere with ongoing operations. 9. Utility/Service Interruptions: The Contracting Officer shall be notified not less than 15 calendar days in advance of any interruptions of building utility/services. The contractor shall describe in writing the work to be done and the time and duration of the interruption. No work shall be done until approval is received from the Contracting Officer. 10. Repair or Work: The work shall be carefully laid out in advance. Any damage to buildings, piping, or equipment, shall be repaired by workers skilled in that particular trade, at no additional cost to the Government. 11. Clean Up: The contractor shall assure that the work area is cleaned up at the end of each day. Debris and trash shall be removed and properly disposed of by the contractor outside the confines of Offutt AFB. 12. Work Schedule: The working hours for this contract shall be between 0800 and 1700 hours daily, excluding Saturday, Sunday and Federal Holidays. 13. Performance Period: 90 days. 14. Test: After installation is completed, and at such time as the Contracting Officer may direct, the contractor shall conduct an operating test for approval. The equipment shall be demonstrated to operate in accordance with the requirements of this Statement of Work. The test shall be performed in the presence of the Contracting Officer or an authorized representative. The contractor shall furnish all of the instruments and personnel required to perform the tests. The Government will furnish the necessary electrical power. 15. Use of Utilities: All reasonable quantities of utilities will be made available to the contractor without charge. Any temporary connections of lines that may be required will be installed, maintained and removed by the contractor at his own expense and in a manner satisfactory to the Contracting Officer. Removal of such connections or lines shall be accomplished prior to final acceptance of the contract. 16. Guarantee: The equipment furnished under this contract shall be guaranteed against defective materials, design, and workmanship for the full warranty time which is standard with the manufacturer and/or supplier, but in no case less than one year from the date of acceptance either for beneficial use or final acceptance (whichever is earlier). Upon receipt of notice, from the Government, of failure of any part of the guaranteed equipment, during the guarantee period, the affected parts shall be replaced promptly with new parts at the expense of, and by, the contractor. 17. Payment: All of the costs in connection with this contract shall be included in the lump sum price for all of the work to be performed under the contract. All payments are made electronically via the Wide Area Work Flow system (WAWF). 18. Electrical: All material and equipment shall be installed in accordance with the recommendations of the manufacturer, as approved by the Contracting Officer to conform to the contract documents. The installation shall be accomplished by workman skilled in the trade. 19. Lawn Maintenance: Sod all excavated areas, water sod no less that 1" one time per week, but also necessary to keep sod growing during maintenance period. END STATEMENT OF WORK FOB: Destination for delivery to Offutt AFB, NE 68113. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Alt I, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-26, Equal Opportunity, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-6, Drug-Free Workplace, FAR 52.225-1, Buy American Act-Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR, FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration, FAR 52.233-3, Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.237-1, Site Visit, FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, FAR 52.246-16, Responsibility for Supplies, The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) to be considered for award. All payments are made via electronic funds. A single site visit will be held on Wednesday 9 July 2008 at 1400 hrs (2:00 pm CST). This will be the only time offered/allotted to view the site. It will take place at Bldg 541. All parties interested in attending should contact A1C Camber Valdes at (402) 294-9900 or camber.valdes@offutt.af.mil, NO LATER THAN 1600 hrs (4:00 pm CST) Tuesday 8 July 2008 for details on base access, or meeting location if you have already been granted base access. All quotes are due Wednesday 16 July 2008 NO LATER THAN 1400 hrs (2:00 pm CST). Bids should be submitted to A1C Camber Valdes at camber.valdes@offutt.af.mil ; telephone number (402) 294-9900 ; fax number (402) 294-4069 ; or mailed directly to 101 Washington Square Bldg 40 Offutt AFB, Ne 68113.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a73dc881f3efb1e4f4cedd7fbbd18fa&tab=core&_cview=1)
 
Place of Performance
Address: 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN01603822-W 20080702/080630215548-8a73dc881f3efb1e4f4cedd7fbbd18fa (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.