Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2009 FBO #2795
SOLICITATION NOTICE

61 -- Repair or Replace Electrical Load Capacity

Notice Date
7/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Labor, Employment Training Administration, Muhlenberg Career Dev. Center, 3875 State Route, Highway, 181 North, Greenville, Kentucky, 42345
 
ZIP Code
42345
 
Solicitation Number
07-51785
 
Point of Contact
Gracie Brown, Phone: 270-286-1025, James R. Hill, Phone: 270-377-3253
 
E-Mail Address
brown.gracie@jobcorps.org, hill.ralph@jobcorps.org
(brown.gracie@jobcorps.org, hill.ralph@jobcorps.org)
 
Small Business Set-Aside
N/A
 
Description
GREAT ONYX JOB CORPS Department of the USDA Forestry Service 3115 Ollie Ridge Road Mammoth Cave, Ky. 42259 270-286-4514 DATE: March 20, 2009 SCOPE OF WORK: FOR THE REPAIR OR REPLACEMENT OF ELECTRICAL LOAD CAPACITY IN FOOD SERVICE BUILDING #2 Deficiency ID #: 51785 Funded Year: 2005 Description: The building's 120/208 Volt, 3 phase, 4 wire electrical system, as presently configured, is no longer capable of providing adequate power for the existing loads. The system is overloaded when various combinations of high current equipment are used at the same time. This results in tripped circuit breakers and interferes with normal food service operations. Electrical service is provided from a 300 KVA exterior pad-mounted transformer located east of the mechanical room. Power is controlled by a 1200 A main circuit breaker in the mechanical room. •A. LOCATION The Great Onyx Job Corps Civilian Conservation Center is located at 3115 Ollie Ridge Road, Mammoth Cave, Kentucky in Edmonson County. The center is on the property of the Mammoth Cave National Park. The United States Department of Agricultural (USDA), Forest Service operates the center. Building #2 is located on the main entrance drive-way next to the administration/medical building (building #1). •B. GENERAL REQUIREMENTS The electrical power supply to building #2 has a variance in load capacity that minimize the ability for the dinning hall to function efficiently without tripping breakers and minimizing the use of needed equipment. The contractor shall: Check to see how well the loads are balanced on a per phase basis. Also, a check for any signs of a bad breaker, abnormal loading conditions, or unnecessary heat which may be affecting protective device ratings shall be evaluated and repaired if needed. If necessary adding a new panel board (if required) and redistributing loads to achieve balanced transformer phase loading. The contractor shall update the panel board directories to reflect latest load distributions. Replace the transformer with a larger one, upgrading the service and/or other major design upgrades, if deemed needed. A documented written report with justification of recommendations and authorized repairs shall be submitted by the contractor. If the contractor should require the use of any of the Great Onyx Job Corps equipment and/or personnel to assist with repairs the information and cost will need to be submitted with the bid. •C. ELECTRICAL SERVICES •1. All prospective Contractors must; be State of Kentucky licensed for electrical installations, repairs, maintenance and testing; demonstrate ability to secure OEM equipment for repair/replacement purposes. •2. Should a prospective contractor need clarification or interpretation, he/she must request such in writing to the Contracting Officer or designee. Responses shall also be in writing and shall be distributed to all known prospective Contractor(s). The Great Onyx Job Corps or its agents will not be responsible for any alleged oral instructions or interpretations given to prospective Contractor(s). •3. No proposal will be considered unless properly completed and signed by the Contractor. •4. The Contractor shall quote a unit price for labor, percent markup for materials, and delineate other Contractor charges if any. •D.. SCOPE OF WORK (includes, but not limited to) •1. Contractor shall: • (a) Perform all work per NFPA, NEC and OSHA standards, and all other regulations and entities governing. • (b) Provide all labor, parts, materials, equipment and tools needed. • (c) Perform all work required to ensure a safe, secure and correctly installed electrical system is operating building #2. • (d) Troubleshoot electrical circuits in order to eliminate potential hazard. 2. Contractor Responsibility : It is the responsibility of the Contractor to examine all provisions and visit each and every location where work is to be performed to become fully acquainted with the sites, problems, conditions, and other factors that pertain to the operation. No claim for relief due to mistakes or omissions will be entertained and each Contractor will be held to his proposal. 3. Facilities and Equipment : The Contractor shall provide all the necessary equipment. All of the Contractor's equipment shall be maintained at the Contractor's facility and the Contractor's expense unless agreed upon in writing prior to work beginning. 4. Personnel : All personnel required to perform under the contract shall be the employees of the Contractor. 5. General : It will be strictly understood that the Contractor and its employees shall at no time bring upon the premises any alcoholic beverages for sale, gifts, or use in any manner whatsoever. No drugs in any form are to be used by the Contractor or any of its employees on the premises. Smoking of tobacco products is to be conducted in designated areas only. 6. INSURANCE : The successful Contractor will not commence work under the terms of the specifications until it has furnished a Certificate of Insurance showing that it has Contractor's Public Liability, Property Damage, and Workmen's Compensation insurance providing and including full coverage for all subcontractors, its agents, and employees. 7. INDEMNITY : The Contractor assumes the entire responsibility and liability in and for any and all damages and/or injuries of any kind or nature whatsoever to all persons, whether employees or otherwise, and to property arising out of or resulting from the services provided as herein set forth and provided for in the contract, and for any and all damages and/or injuries of any kind which shall occur in connection therewith. 8. PRE-BID WALKTHROUGH There will be a pre-bid walkthrough on August 4, 2009 at 1:00 pm Central time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/Muhlenbergjcc/07-51785/listing.html)
 
Place of Performance
Address: Great Onyx Job Corps Center, Dpt. of the USDA Forestry Service, 3115 Ollie Ridge Road, Mammoth Cave, Kentucky, 42259, United States
Zip Code: 42259
 
Record
SN01880746-W 20090722/090720235340-b8ea96fab41dfd1a57999f853f6a20a8 (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.