Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

62 -- Aviation Obstruction Lights - Sunshade Picture

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2FA2195A002
 
Archive Date
9/1/2012
 
Point of Contact
Justin W Cannon,
 
E-Mail Address
justin.cannon@nellis.af.mil
(justin.cannon@nellis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Picture of Sunshade Statement Of Work Section 1: Description of Service 1.1 General Requirements: The contractor shall furnish all labor, materials and equipment to replace the solar powered obstruction lighting mounted on sixteen (16) aircraft sunshades located on Nellis AFB flight line. Each shade containing one light. The solar powered lighting system shall be for the expressed purpose of providing obstruction lights for aircraft canopies installed along the flight line. 1.2 Preventative Maintenance: N/A 1.2.1 Annual servicing: N/A 1.2.2 Repairs: The contractor shall remove and replace all solar power obstruction lights as stated in paragraph 1.1. The current sunshades are steel beam construction 29.2' in height. The obstruction lights (1 ea per structure) will need to be installed on corner of structure closest to taxiway/runway. Current unit is solar powered and is attached to the structure with four (4) bolts. Obstruction Lights shall comply with ETC and UFC. Lighting shall be steady burning 116 watt incandescent or fluorescent with red lens. THEY CANNOT BE LED. The lumen output shall be the same as or greater than the 116 watt incandescent bulb. Solar cells shall be of sufficient capacity to provide power over a 10-hour period into storage in the form of batteries for a full 12 hours of light operation during hours of darkness. Additional battery reserve capacity shall be provided enabling 25% additional hours of lighting at any given time. The solar cells shall utilize Triple Junction Technology. The solar cells shall be durable of unbreakable construction. The cells shall have Polymer encapsulation. The assembly shall be able to withstand the same wind load as the canopy and frame/canopy itself (110 mph). Batteries shall be completely sealed and be of the no maintenance variety. ***NOTE*** Lead Acid batteries are not acceptable. There shall be sufficient batteries to operate the obstruction lights for 12 hours with a 25% reserve capacity and no greater than 15% reduction in lumens over the 12 hour period of darkness. The converter/battery charger/control package shall be rated to handle both the full charging current of the batteries and the obstruction light load at the same time. ***NOTE*** Requirement necessary for system tests during daylight hours. The electronics shall be able to make the changeover from charging batteries to supplying the light automatically without any manual intervention. The inverter-battery charger/controls package, batteries, over current protection and wiring shall be enclosed in one weatherproof enclosure. All items shall be easily accessible. A full operational test including a full night's operation will be required at the end of project prior to Government acceptance. 1.3 Government Responsibilities 1.3.1 Aircraft movement: Government will move aircraft from affected areas as needed once a repair schedule has been established. 1.4 Contractor Responsibilities 1.4.1 Waste and Debris: There are no waste or disposal areas available on the base. The contractor will make arrangements at an off-base location in accordance with local and state codes for disposal of waste generated from the site. The contractor shall clean, sweep, or pick up, as necessary, mud, rocks, trash or any other type of debris spilled along haul routes, immediately after passage. The contractor shall maintain the site free from construction debris and trash. Contractor is responsible for the removal of such debris and trash daily. No trash or debris shall be disposed of on the base or any other federal lands, nor shall it be disposed of in violation of any municipal, county or state ordinances. 1.4.2 Warranty of Work: Contractor shall warranty any new replacement or refurbished parts, equipment and workmanship for a period of one year from the date of acceptance. Contractor shall, at no cost to the government, promptly furnish and install replacement parts and correct defects in workmanship upon receipt of written notice, in the form of a warranty call document, from the contracting officer concerning failure of any part of the system during the warranty period. 1.4.3 Contractor Qualifications: Contractor shall comply with the latest edition of Uniform Building Codes, National Electric Code, Uniform Mechanical Code, National Fire Protection Association 501B and applicable laws and regulations. Section 2: Additional Information: 2.1 Security: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the Government installation, shall abide by all security regulations of the installation. Use of photographic equipment is forbidden without express consent of the Airfield Management. The contractor shall provide physical security for the materials and work under his control. All job equipment and material not in use, but to be installed in the project, or in use by the contractor, may be stored on the job site. Damage, loss, or theft of such equipment and material shall be at the contractor's risk. 2.2 Site Protection: Contractor shall replace or repair all existing adjacent surfaces, utilities, equipment, products, vegetation, and structures or parts thereof that have been damaged or removed to perform the work. 2.2.1 Fire Prevention and Protection: The contractor shall comply strictly with the installation fire regulations and become thoroughly familiar with the fire safety requirements applicable to this project. 2.2.2 Facility Damage: Contractor shall be responsible for any and all damage to existing buildings and facilities incurred by his work forces or equipment, and shall repair said damages to the satisfaction of the Facility Manager at no expense to the government. 2.2.3 Safety: The contractor shall observe all safety and fire regulations and AFOSH Standards presently enforced. The construction shall be in accordance with the Corps of Engineers Manual "General Safety Requirement, EM 385-1-1" and Occupations Safety and Health Act (OSHA) Public Law 91-596. 2.2.4 Protection of Persons and Property: Adequate protection of all persons shall be provided at all times. Work shall proceed in a manner to prevent hazards. 2.3 Work Scheduling and Coordination: Working hours for the contractor are normally between the hours of 7:30 A.M. and 4:30 P.M., Monday through Friday, excluding federal holidays. If the contractor desires to work during periods other than above, the request must be identified in writing to the Customer point of contact. The contractor will list the desired dates and identify the work that will be accomplished if approval is given at least three days in advance. 2.3.1 Final Inspection: The contractor shall request a final inspection, in writing to the Customer point of contact and technical point of contact, at least 5 days in advance of the requested date. The contractor shall allow for enough time so that all work, including final clean-up and inspection, is completed within the normal working hours as identified in 2.3, Work Scheduling and Coordination. 2.4 Location: The work site is located on Nellis Air Force Base, NV, approximately 9 miles North of Las Vegas, Nevada on US-93. 2.5 Government Representatives: The contractor will receive designation of the government technical representatives, contracting officer, and contract administrator with contract award. END OF STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G2FA2195A002/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02833725-W 20120811/120810001722-8d61e742494d656a37d95fef70985d8d (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.