SOLICITATION NOTICE
61 -- Relocate Electrical Circuits
- Notice Date
- 8/5/2008
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-08-T-0100
- Point of Contact
- Roberta M Witmer, Phone: 717 770-7126
- E-Mail Address
-
Roberta.Witmer@dla.mil
- Small Business Set-Aside
- N/A
- Description
- Contractor shall furnish all necessary supervision, labor, material, equipment and accessories necessary to Relocate Electrical Circuits for DAASC located in Building 100, at the Defense Distribution Center San Joaquin, (DDJC), Tracy Site, Tracy, CA. 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 themselves 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 the contract drawings and specification. 2. All work shall be in accordance with latest version of the National Electrical Code (NEC). 3. Contractor to furnish all labor, material, transportation, supplies and supervision necessary to remove existing abandoned electrical circuits and install new electrical circuits to the existing PDUs. 4. Building 100, DAASC is a high security area and contractor must sign in/out each day. 5. All new circuit breakers shall be bolt-on type 6. Provide and install new twist lock receptacles and quadraplex receptacles as indicated on attached schedule. 7. All power outages shall be scheduled during a weekend. 8. All conduits to be installed under raised floor shall be Liquidtight flexible metallic conduit. 9. Contractor shall provide and install the following new circuit breakers in the existing Liebert (Model PRC 075C) PDUs: (8) 20 amp, 1 pole; (10) 20 amp, 2 pole; (4) 30 amp, 1 pole; (7) 30 amp, 2 pole; (4) 50 amp, 2 pole; (1) 50 amp, 3 pole; (2) 60 amp, 2 pole; and (1) 70 amp, 2 pole. Contractor shall provide and install (1) new 20 amp, 1 pole circuit breaker in existing panel PCR. PHASE 1 10. Contractor shall remove and dispose of all abandoned wire, conduit, j-boxes, outlet boxes, and cable tray/walker duct from locations identified on contract drawings to the electrical panel. Assume there are ten (10) additional circuits not identified on contract drawings that are to be removed and disposed of. PHASE 2 11. Complete Phase 1 prior to beginning Phase 2. Contractor shall furnish and install new wire and Liquidtight flexible metallic conduit from a new j-box/receptacle at each location identified on contract drawings. Connect new circuit to new or existing circuit breaker (located in each identified PDU). After all new circuits are installed in Phase 2, remove old circuits. Each new circuit shall be a minimum of 70 feet from the j-box/receptacle location to the PDU. Wrap the slack flexible conduit/wire under the raised floor, where there is free space. PHASE 3 12. Complete Phase 2 prior to beginning Phase 3. Contractor shall furnish and install new wire and Liquidtight flexible metallic conduit from a new j-box/receptacle at each location identified on contract drawing. Connect new circuit to new or existing circuit breaker (located in each identified PDU). After all new circuits are installed in Phase 3, remove old circuits. Each new circuit shall be a minimum of 70 feet from the j-box/receptacle location to the PDU. Wrap the slack flexible conduit/wire under the raised floor, where there is free space. PHASE 4 13. Complete Phase 3 prior to beginning Phase 4. Contractor shall furnish and install new wire and Liquidtight flexible metallic conduit from a new j-box/receptacle at each location identified on contract drawing. Connect new circuit to new or existing circuit breaker (located in each identified PDU). After all new circuits are installed in Phase 3, remove old circuits. Each new circuit shall be a minimum of 70 feet from the j-box/receptacle location to the PDU. Wrap the slack flexible conduit/wire under the raised floor, where there is free space. PHASE 5 14. Complete Phase 4 prior to beginning Phase 5. Contractor shall furnish and install new wire and Liquidtight flexible metallic conduit from a new j-box/receptacle at each location identified on contract drawing. Connect new circuit to new or existing circuit breaker (located in each identified PDU). After all new circuits are installed in Phase 3, remove old circuits. Each new circuit shall be a minimum of 70 feet from the j-box/receptacle location to the PDU. Wrap the slack flexible conduit/wire under the raised floor, where there is free space. Period of Performance: Contractor shall commence work upon receipt of Notice to Proceed and complete the entire work ready for use within 60 calendar days after receipt of 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 the procurement is 238210. The small business size standard is $13,000,000.00. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of Request for Quotation (RFQ) SP3100-08-T-0100 for the above stated requirements is on or around August 25,2008. One (1) 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, Robbie Witmer at Roberta.Witmer@dla.mil. All questions shall 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. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations 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 in the CCR database. All responsible small business concerns may submit a quotation which shall be considered by this agency. The Government intends to award one contract as a result of the RFQ. Award will be made to the lowest priced offeror. An offeror may be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c238a54811fb75b993678eac158b9359&tab=core&_cview=1)
- Place of Performance
- Address: Defense Distribution Center San Joaquin, Tracy, California, 95376, United States
- Zip Code: 95376
- Zip Code: 95376
- Record
- SN01631850-W 20080807/080805223339-c238a54811fb75b993678eac158b9359 (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 |