Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2014 FBO #4593
SOLICITATION NOTICE

Z -- Replace 8 H-Frame Transformers, Multi Facilities, at Yokota Air BaseA

Notice Date
6/20/2014
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FA5209-14-R-0015
 
Archive Date
8/5/2014
 
Point of Contact
Reiko Kimura, Phone: 81-42-552-3011
 
E-Mail Address
reiko.kimura.jp@us.af.mil
(reiko.kimura.jp@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contractor shall provide all parts, labor, materials, tools and equipment, transportation, supervision and all operations identified in the specifications for Project No. ZNRE08-1012, Replace 8 H-Frame Transformers, Multi Facilities at Yokota Air Base. The following scope of work is expressed in general terms and in no way limits the Contractor's responsibility. Perform all work indicated in the specifications or accompanying drawings, which will be included in the solicitation package. The contractor is required to provide a complete and usable facility within the terms and conditions of this contract. The scope of work for this project includes but is not limited to:Overall objective: Design and construct to remove 21 transformers and install eight new cubicle transformer systems at the locations marked in the attached drawings. Contractor shall provide secondary containment steel type drip pan to move during transporting the transformer. Contractor shall provide this work plan to get approve with CE Environmental Element General Description of Electrical Work with Design:Installation Work: a. Install eight new cubicle transformer systems. The new transformer shall be top runner type and not PCB contained type. The contractor shall submit a Non-PCB Certificate from the original manufacturer before installation, and adhere a "Non-PCB" label outside of the new cubicle. The "Non-PCB" label can be obtained from CE Environmental Element. b. Install new Load Disconnect Switch (LDS), Load Brake Switch (LBS), Molded Case Circuit Breaker (MCCB), Lightning Arrester (LA), Circuit Breaker (CB) panels shall include a minimum of two spare spaces, c. CB for Street Light(s) shall be same as existing. If the existing transformer system has a street light timer system, the new transformer system shall have the same type system. The existing street light timer shall be replaced with new photocell with solar timer 365 days timing set type. d. The new transformer shall match the existing type and rating. The contractor shall determine winding type and capacity. The new transformer shall meet all existing load requirements. The system shall have a rubber vibration insulator. Any transformer installed over 100KVA shall have external tap voltage change type for primary and secondary voltage adjust. The new transformer system shall be an external changing tap type for 6600-3300V (dual voltage type), including VT, CT, Volt Meter, Amp Meter, LBS and LDS Holder, cable, fuse and associated equipments. The voltage tap shall be 7050, 6900, 6750, 6600, 6450 (/ 3525, 3450, 3375, 3300, 3225) type. Contractor shall ensure clearance of 6 feet (1.8 m) between new and existing transformer cubicles. If there is insufficient clearance, contractor shall make new concrete foundation and install cable with conduit between new and existing concrete foundation. Contractor shall submit a copy of the main and branch panelboard schedules for all new connected transformers, including all load phase and wattage capacities. e. For additional details, refer to attachments A and B of this SOW. 2. Install new Grounding rods (Diameter 19mm x 3000mm) with grounding wirings to meet 3. The existing primary (6.6KV/ 3.3KV) cables with conduits shall be reused, except indicated on drawing or specification. The existing secondary low voltage cables shall be replaced with new cables properly sized for the load with new conduit between new transformer and each housing main circuit breaker connection points. In case an existing cable needs to be extended, the contractor shall use a commercial splicing unit (See Section 16375, 3.1.12.) for high and low voltage cables in manholes or handholes. 4. Spare Conduit: Contractor shall install two spare conduits at each transformer. All end holes of conduits shall be filled up with waterproof caulking compound putty. 5. Concrete Wall Penetration; When making a hole in reinforcing concrete wall, inside reinforcing bar shall be not damaged to keep original concrete structure strength. Contractor shall use x-ray survey or equivalent method to find reinforcing bar locations. 6. Remove and dispose existing concrete poles as shown on the drawing. 7. Excavation depth: New cables with new conduit and concrete encasement shall be installed at least 1,200mm deep at road area. New cables with new conduit shall be installed at least 600mm deep at turf area. Contractor shall restore area to original condition after excavation work. 8. Any road area excavation work must be scheduled (form 103 required) and approved by 374 CES. 9. Provide temporary construction fence around construction area to secure the worksite, the fence shall be approximately 1,800mm high. In areas where driver visibility would be adversely affected by solid fencing, use steel frame with half top wire net and half bottom steel plate, yellow and black color (B type) to secure work area. H beam steel foundation is not required. 10. Cable insulation color is required as follows; High Voltage cables have red, white and blue (for R, S and T phase). Low voltage cables have red, black, blue and white (for r, s, t and neutral phase). 11. Oil Sampling Test: Contractor shall perform an oil sampling test to find PCB concentration level for one existing transformer listed as "Need Sample Test" in Attachment B, Transformer Information. The contractor shall provide the PCB test results of the transformer to the Government. The contractor will test the dielectric fluid by GOJ approved PCB analytical method, US EPA method 600/4-81-045, the determination of polychlorinated biphenyls in transformer fluid and waste oils, or ASTM D4059, Analysis of polychlorinated biphenyls in insulating liquids by gas chromatography. Laboratory analyses shall be conducted in a laboratory certified by a US or GOJ regulatory authority. The Contractor will coordinate with CE Electrical Shop and Environmental Element for proper disposal and/or turn-in through the Construction Inspector in accordance with Section 18, Removal and Disposal of Work, of this SOW The magnitude of this project is expected between Y51,971,950 ($500,000.00) and Y103,943,900 ($1,000,000.00), in accordance with FAR 36.204 (e), which means the Government's Cost Estimate falls in this magnitude. Selection will be based upon evaluation factors which will be stipulated on the solicitation package. Site orientation will be held on 25 Jun 14, from 0900 hours at Bldg 620 on Yokota Air Base, Japan. All offerors are encouraged to participate in the site orientation. Please contact the Point of Contact (POC) below and receive the solicitation documents prior to the date of the site orientation. The whole package will not be posted on the FedBizOpps. If you attend the site visit, please send name of attendees to the POC by E-mail. Firms wishing to obtain the complete solicitation package are requested to respond in writing to this notice to Ms. Reiko Kimura, Contract Specialist, by e-mail (Address: reiko.kimura.1.jp@us.af.mil) or telephone (042-552-3014). NOTE: THIS NOTICE IS INTENDED ONLY FOR LOCAL SOURCES IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION 5.202(a)(12). LOCAL SOURCES ARE THOSE SOURCES NORMALLY RESIDENT, LICENSED AND REGISTERED TO CONDUCT CONSTRUCTION BUSINESS IN JAPAN. OFFERS FROM NON-LOCAL SOURCES WILL NOT BE CONSIDERED UNDER THIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-14-R-0015/listing.html)
 
Place of Performance
Address: Yokota Air Base, Japan, Fussa, Non-U.S., United States
 
Record
SN03402526-W 20140622/140621000121-9fef804e07c02ffa2bfbf71687f89ad6 (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.