Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

Z -- Replace Lighting Fixtures

Notice Date
7/15/2015
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-15-R-00057
 
Point of Contact
Mario F Maccarone, Phone: 609-813-3376
 
E-Mail Address
mario.maccarone@tsa.dhs.gov
(mario.maccarone@tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Transportation Security Administration Office of Law Enforcement has a requirement for a fixed price construction contract for lighting fixtures at the firing ranges at the TSA Training Center (TSATC) at the William J. Hughes Technical Center in Atlantic City, NJ. Please see the attached Statement of Work for all the details. This requirement is a total small business set-aside in accordance with NAICS code 238210. Contractor will be responsible for all removal and disposal of debris I/A/W/ local, state and federal regulations. The total estimated value for this project is between $100,000 and $250,000.00. Service Contract Act Wage Determination will apply. Performance and payment bonds are not required. Construction shall commence 30 calendar days from date of the contract award with completion not to exceed 90 days from the notice to proceed. A mandatory site visit site visit will be held on July 30, 2015, at 10:00 AM, EST with all parties meeting at the Security Operations Center Main Gate. Security issues require companies to identify personnel whom will be attending this site visit. The POC for the site visit and solicitation is Mario Maccarone at Mario.maccarone@tsa.dhs.gov. All contractors who are interested in this opportunity must identify their interest by pre-registering with the POC via e-mail prior to the site visit. The solicitation document will then be issue to all who attend the site visit. TRANSPORTATION SECURITY ADMINISTRATION TRAINING CENTER REAL ESTATE LEASING DIVISION WILLIAM J. HUGHES FAA TECHNICAL CENTER ATLANTIC CITY, NJ 08405 PART 1 - SCOPE OF WORK: GENERAL: The work to be performed under this contract and in accordance with this Statement of Work shall consist of removal of the existing outdated lighting fixtures and installation of new Exterior Rated LED style light fixtures. (LED - Light-Emitting- Diode). In accordance with TSA's new energy policy requiring the reduction of electrical usage, these LED lights should allow a 60% reduction in the amount of energy used and last up to 10 years or more while providing better color rendition. Work to include all parts, labor and material for a complete operating system. HOURS OF WORK: All work shall be completed during normal working hours. Normal working hours are defined as Monday through Friday, 7:00 A.M. to 5:30 P.M., except Federal Holidays. Before starting the project, the contractor shall submit an installation schedule for the Contracting Officer's Representative (COR) for approval. Prior to, or during, the project the COR reserves the right to adjust the installation schedule for the convenience of the government LOCATION: All services will be rendered at the Transportation Security Training Center buildings located on the William J. Hughes FAA Technical Center complex. Buildings to include: • 291F - Range 1 • 291G - Range 2 • 291H - Range 3 SUPPLIES: Supplies can be stored prior to installation in each building, location set by COR. EXISTING LIGHT FIXTURES - All existing interior Range Light Fixtures to be removed are 250W metal halide floodlights. Existing light fixtures are 120V, yoke mount. Use existing beam clamps. Fixture count is 96 fixtures per Range building (288 total). Approximately 1/3 of the light fixture junction boxes have twist lock receptacles installed. The remaining fixture power cords are hard wired into the junction box. The junction boxes with the twist lock receptacles are single device NEMA L5-15 with a 2 gang white single device cover plate. OPERATON AND MAINTENANCE DATA: Submit manufacturer's printed operation and maintenance prior to completion. QUALITY ASSURANCE: Installer Qualifications: At least 5 years successful experience in commercial lighting installations similar in size and type to the requirements of the project. WORK MANAGEMENT PLAN: The contractor shall submit a Work Management Plan, prior to beginning any work, for approval. Plan to detail how the Contractor intends to perform the work required in the contract, including but not limited to area protection, area security, safety and application schedule. WORK AREA ACCESS: Government escorts are required while within the confines of the William J. Hughes Technical Center. Each morning of scheduled work, a government representative will meet you at the main entrance, in the parking lot of the WJHTC Security Operations Center. Temporary badges and vehicle passes will be provided and the Contractor and his\her vehicles will be escorted to the work site. SAFETY: All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 (1910.146 and 1910.147) and 29 CFR 1926. The Contractor shall ensure that all work is performed in accordance with project identified national standards, instructions, pamphlets, and handbooks, and with the edition in effect on the date of this solicitation of the US Armory Corps of Engineers (USACE) Safety Manual 385-1-1. Hard hats required for when working with all overhead equipment. Contractor to utilize all safety barricades, cones, caution tape, etc. when using bucket trucks and service equipment. Job sites are subject to inspections by the Department of Labor, FAMS Inspector and the Federal Aviation Administration. In the event of conflicts between the OSHA standards and these requirements, the most stringent shall apply. Resolution of Department of Labor citations for violations of OSHA standards is a Contractor responsibility and shall provide for no basis of a claim against the Government. GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor fails to use reasonable care and causes damage to any of the property, the Contractor shall replace or repair the damage at no expense to the Government. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. SITE MAINTENANCE & CLEANUP: Work area shall be maintained in a neat, clean, and safe condition and shall, at a minimum, be cleaned at the end of each shift. All area's in or adjacent to the site shall remain free of project generated trash and debris at all times. Disposal shall be outside the limits of Government property. Disposal shall be by sanitary landfill or other approved methods and shall conform to al local, state, and federal guidelines, criteria, and regulations. Upon completion of the work, the Contractor shall leave the work site and storage area(s) in a clean, neat condition satisfactory to the COR. Contractor to provide own dumpster. Coordinate delivery with COR. SUBMITTALS: The Contractor shall provide submittals in the form of manufacturer's data for all LED fixtures, associated brackets, to be provided with proposal. The Contractor will not be permitted to perform any work on site without approved submittals. These submittals include, but are not limited to: • LED fixtures • Safety Management Plan - For Information Only • Work Management Plan WARRANTY: The Contractor shall identify all items being installed that are guaranteed or under warranty for more than a one-year period, and provide validated copies of the manufacturer's warranty. All warranty information shall be filed by the Contractor in the Government's name. All warranties shall be identified by product with a listing of the name and address of the company and the expiration date of the guarantee or warranty. DELIVERY, STORAGE & PARKING: All equipment and material delivered and stored shall be protected from the weather, humidity and temperature variation, dirt, dust, and any other contaminants. The Contractor may store equipment and material only in areas designated by the Contracting Officer's Representative. All project storage areas shall be kept free of debris and kept in a neat, clean, and safe condition. Parking on turf is not permitted without prior approval. Contractor will not be required to provide their own portable toilets and will be allowed to use Government lavatory facilities. PART 2. - PRODUCTS REFERENCES TO MATERIAL, MANUFACTURERS, & PRODUCTS: Materials and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products. All new LED light fixtures to be similar to GL Series LED Floodlight GL-Y-150-40-7-W-U-DG, manufactured by Eye Lighting International, or approved equal. VERIFICATION OF DIMENSIONS & CONDITIONS: The Contractor shall visit the premises to become thoroughly familiar with the details of the work and working conditions. The Contractor shall field verify all dimensions and quantities and advise the COR of any discrepancies before starting the work. CONTRACTOR PROVIDED MATERIALS: The Contractor shall provide all equipment, materials and labor necessary to complete the work required. PART 3. - EXECUTION GENERAL: All work shall be provided as stated in this STATEMENT OF WORK, and as shown on project documents, in accordance with manufacturer's recommendation, unless otherwise specified. All dimensions and quantities shown are for information only, as previously mentioned, the Contractor shall field verify all dimensions, quantities and site conditions. Existing lighting fixtures are to be removed and disposed of, off Government property. APPLICATION: All work shall be prepared and installed according to manufacturer's recommendations and in accordance with industry best practices. 1. Each existing Metal Halide Light fixture to be removed and be replaced with a new LED fixture. 2. Lighting fixtures to be 4,000K - light index 3. All new light fixtures to be rated for exterior use, UL listed for wet locations. 4. All new light fixtures to be cord and Twist Lock plug connected. NEMA L5-15 5. All new light fixtures to be commercial grade quality. 6. Provide 10 spare light fixtures with cord ends as spares. 7. All new fixtures to be wired to existing switched power wiring. 8. All new light fixtures to be Yoke mounted. Aim as per COR direction or as per previous light fixture. 9. All new light fixture power cords to have a NEMA L5-15 twist lock male plug attached. 10. All power junction boxes to have NEMA L5-15 twist lock single receptacle. Provide a 2 gang white cover plate to match. 11. Provide one sample light fixture for testing and approval, if different than GL Series light fixture listed in Products. 12. Provide manufactures submittals for Government approval prior to ordering. 13. The work for this project shall be executed in the best and most workmanlike manner, by qualified and efficient mechanics\tradesmen, skilled in their respective trades. Individual trade work for this project shall be performed and quality maintained by the applicable trade only. The Contractor shall assure that all trades coordinate their work with that of other trades. The Contractor shall coordinate and perform all operations in a manner that will result in a professional and expeditiously completed project. The work shall be in strict accordance with prevailing industry standards and manufacturer's instructions. Work and materials shall comply with this Statement of Work and the editions in effect at the time of this solicitation for applicable criteria, regulations, guidelines, and codes, all of which are make a part thereof. Contractor to be licensed. Provide a work management plan for approval by the Contract Officer's Representative. 14. All removed fixtures, debris to be disposed and removed. Contractor to provide own dumpster. All removed fixtures to be recycled or reused by Contractor. 15. All installation and wiring shall meet the requirements of the National Electrical Code (NEC) the National Electrical Safety Code (ANSI-C2) and the International Building Code (IBC), as a minimum. WORKMANSHIP: All work shall be coordinated and scheduled with the Contracting Officer's Representative (COR) or his/her representatives. The COR, or his/her representatives, have the right to reject any unsatisfactory or unsuitable materials, or workmanship. All work shall be accomplished in accordance with the best practices of the trade. All work shall comply with applicable Federal, State and municipal health and safety requirements. Where there is a conflict between applicable regulations, the most stringent will apply. The contractor shall provide all necessary safety equipment and ensure that such equipment and safety procedures are adequate for the job being performed and utilized properly. COMPLETION & INSPECTION: The Contractor shall ensure that all work is performed in accordance with the criteria herein and that all requirements contained in this and all other project documents are met. END OF STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-15-R-00057/listing.html)
 
Place of Performance
Address: William J. Hughes Technical Center, TSA Training Facility Ranges, Buildings 291 F, G, and H., Atlantic City International Airport, Atlantic City, N. J., 08405, Atlantic City, New Jersey, 08405, United States
Zip Code: 08405
 
Record
SN03798753-W 20150717/150716000356-d7181bd200560ab6159b03732a8bf659 (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.