Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
SOLICITATION NOTICE

Z -- Repairs to Water, Sewer and Sanitary Sewer Systems - Lift Station #274, JB CHS

Notice Date
2/20/2013
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-13-R-0009
 
Point of Contact
Rozella N. Johnson, Phone: 8439635165, Useba Ford, Phone: 8439635174
 
E-Mail Address
rozella.johnson.1@us.af.mil, useba.ford@us.af.mil
(rozella.johnson.1@us.af.mil, useba.ford@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis THIS IS A PRE-SOLICITATION NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted accordance with FAR 5.2 and 36.213-2 Project: Repairs to Water, Sewer and Sanitary Sewer Systems - Lift Station #274, JB CHS Solicitation Number: FA4418-13-R-0009 The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for the Repairs to Water, Sewer and Sanitary Sewer Systems for Lift Station #274 contract at Joint Base Charleston Air Base, South Carolina. Dollar magnitude for this contract is between $25,000 and $100,000. The anticipated period of performance is 5 weeks after receipt of award. The work to be performed under this contract consists of furnishing all labor, materials, equipment, supplies, and supervision necessary to complete the replacement of two (2) pumps and motors, and reconfiguration of Sewer Lift Station #274 at Joint Base Charleston, Naval Weapons Station, Goose Creek, SC. The work includes, but is not limited to, wet-wells, two lift pumps and associated valves and piping in a below ground dry-well. All locations where pipes enter or leave the wet well shall be made watertight with link seal and non-shrink grout. There shall be no electrical junction boxes in the wet well. Pump station hatch shall be aluminum with 316 SS hardware and lock hasp, US Foundry type TPD-300 or equal. Operating conditions shall be 20 GPM at 25 feet TDH. All hardware in wet well to be stainless steel. Install float switches and connect to control panel per manufacturer’s recommendations. Levels will be set by PWC shops. Pump and Controls shall be: Manufacturer – ABS or Equal Model # PIRANAH 5 D Impeller – Macerator, HZ - 60 Phase – Three, Horsepower – 2.0 Min. Solid Size - 4” Remove wetwell lid and dispose off base. Demo and dispose off base existing submersible pumps (2), check valves (2), gate valves (2), miscellaneous piping and controls from interior off wetwell. Remove existing pump panel and wiring from existing electrical box. Electrical box to remain. Power wash wetwell thoroughly prior to installing new pump components, allow base personnel to inspect the wetwell for structural integrity. This acquisition will be a competitive SDVOSB Set-aside. The applicable NAICS Code is 237110 with a small business size standard of $33,500,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 8 Mar 13 to the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees. Primary point of contact: Rozella Johnson, Contract Specialist, Phone (843) 963-5165, FAX (843) 963-2829, e-mail: rozella.johnson.1@us.af.mil. Alternate point of contact: Mr. Useba Ford, Contracting Officer, Phone (843) 963-5174, FAX (843) 963-2829, e-mail: useba.ford@us.af.mil. Send all correspondence to: 628th Contracting Squadron, Attn: Rozella Johnson, 101 E. Hill Blvd, Joint Base Charleston, SC 29404-5021.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-13-R-0009/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapons Station, Goose Creek, South Carolina, 29456, United States
Zip Code: 29456
 
Record
SN02992012-W 20130222/130220235111-3b48e5eaa1ca522333ab1ec406223c60 (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.