Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

61 -- Install/upgrade Electrical Distribution Panel Boards and Fence Lighting at DDJC

Notice Date
3/8/2018
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP330018B0002
 
Point of Contact
Paul J. Holbert, Phone: 7177707492
 
E-Mail Address
paul.holbert@dla.mil
(paul.holbert@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to install/upgrade Electrical Distribution Panel Boards and Fence Lighting at DLA Distribution San Joaquin (DDJC) with all the required components over the identified work areas. The contractor shall replace electrical distribution panel boards in building 20, 29, 232, 100 and fence lighting along the North West fence. This project is 100% for Small Business Set Aside. Invitation for Bid (IFB) number SP3300-18-B-0002 is expected to follow this announcement within 15 days. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint him/herself with the site conditions will not be sufficient reason for any increase in contract price. Project Description: BASIC REQUIREMENT This project includes replacement of electric distribution panel boards in building 20, 29, 232, 100 and North West fence. Some of the predominant scope items that will be addressed by the project include the following: Upgrade Electric Distribution Panel Boards Replace the following existing 8 power distribution panel boards: 1. Location : Bldg. 20 Section 3 East Wall Existing panel - 120/208V, 3P,4W, 450A Main Breaker, 4-150A circuit breakers, 5-100A circuit breakers, 1-70A circuit breakers and 6-3P spaces., NEMA 1, Make- Square D model, Year 1993 - Bar Code 008477 New Panel - 120/208V, 3P,4W, 450A Main Breaker, 4-150A circuit breakers, 6-100A circuit breakers, 3-70A circuit breakers and 3-3P spaces., NEMA 1, Bolt on type circuit breakers, Make- Eaton Schneider or approved equal. 2. Location: Bldg. 29 Section 5 East Wall Existing Panel - 120/208, 3P, 4W, 225A Main Breaker, Make Delta, Model AJ347887, S.No. 27066, NEMA 1, Bar Code -009544 New Panel - 120/208, 3P, 4W, 225A Main Breaker, 24-20A circuit breakers, Bolt On type, NEMA 1, Make- Eaton Schneider or approved equal. 3. Location: Bldg. 232 Existing Panel 232A - 120/208, 3P, 4W, 200A Main Breaker. New Panel - 120/208, 3P, 4W, 200A Main Breaker, 1-125A3P circuit breaker, 1-30A3P circuit breaker, 2-20A3P circuit breaker, 1-100A2P circuit breaker, 16-20A circuit breakers, 6-spaces, Bolt On type circuit breakers, NEMA 1, Make- Eaton Schneider or approved equal. 4. Location: Bldg. 232 Existing Panel 232A-1 - 120/208, 3P, 4W, 125A Main Breaker. New Panel - 120/208, 3P, 4W, 125A Main Breaker, 2-20A3P circuit breaker, 4-20A2P circuit breaker, 20-20A1P circuit breakers, 2-spaces, Bolt On type circuit breakers, NEMA 1, Make- Eaton Schneider or approved equal. 5. Location: Bldg. 100 near Room 2A Existing Panel 1H (near room 2A), 100A - 480/277, 3P, 4W, 100A, Westinghouse AT111154, Bar Code 009768 New Panel (near room 2A) - 480/277, 3P, 4W, 100A Main Breaker, 16-20A1P circuit breakers, Bolt On type circuit breakers, NEMA 1, Make- Eaton Schneider or approved equal. 6. Location: Bldg. 100 near Room 2A Existing Panel 1L (near room 2A), 100A - 120/208, 3P, 4W, 100A, Westinghouse AT111160, Bar Code 009767 New Panel (near room 2A) - 120/208, 3P, 4W, 100A Main Breaker, 42-20A1P circuit breakers, Bolt On type circuit breakers, NEMA 1, Make- Eaton Schneider or approved equal. 7. Location: Bldg. 100 Room 9 Existing Panel 2H, 100A - 480/277, 3P, 4W, 100A, Westinghouse AT111157, Bar Code 009769 New Panel - 480/277, 3P, 4W, 100A Main Breaker, 16-20A1P circuit breakers, Bolt On type circuit breakers, NEMA 1, Make- Eaton Schneider or approved equal. 8. Location: Bldg. 100 Room 9 Existing Panel 2L, 100A - 120/208, 3P, 4W, 100A, Westinghouse AT111159, Bar Code 009770 New Panel - 120/208, 3P, 4W, 100A Main Breaker, 40-20A1P circuit breakers, 1-30A2P circuit breaker, Bolt On type circuit breakers, NEMA 1, Make- Eaton Schneider or approved equal. Fence Lighting 1. Excavate trench and back fill with 90% compaction to install 1"C SCH 40 PVC as per trench details shown in the drawing. 2. Supply and install two 25'tappered aluminum lighting pole with LED lighting luminaire as per manufacture recommendation. Lighting pole foundation details are shown in drawing. 3. Install 12" x 9" pull box shown in the drawing to intercept existing 3#6 THHN wires to feed new lighting poles. GENERAL REQUIREMENTS: 1. Provide three sets of hard copy and three CDs of as built drawings, operation and maintenance manuals. 2. Submit shop drawings for approval, prior to installation, of all the material 3. Entire project shall be completed within 90 days after NTP. All work shall be performed complete and in accordance with the statement of work and drawings. Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 90 calendar days after receipt of Notice to Proceed. Working Hours: The work to be performed shall be during the regular working hours which consist of 8 hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1530, excluding Government holidays. Any work requiring power outage shall be performed on Sunday 0700 to 1630. Any work to be performed on holidays will require a minimum of two weeks' notice. SUBMITTALS Preconstruction Meeting and Initial Submittals: A preconstruction meeting will be scheduled within 10 calendar days after the Notice to Proceed is issued. The Contractor shall provide all initial submittal items indicated on the Technical Submittal Registers (Form 4288) and the following contract clause and Non-Technical Initial Submittals in accordance with the Specifications at the preconstruction meeting. Exceptions to this Submittal delivery requirement may be for materials that have a long-lead time. 1. SD-01 Project Submittal Schedule - This schedule must be provided at the preconstruction meeting for all initial submittal register items not provided at the Preconstruction meeting. 2. Contractor must provide Non-Technical submittals as outlined in Section 013300 as well as Section 013529 Accident Prevention Plan (APP). Final Submittals: The following shall be submitted after installation 1. As-built Drawings, 0171800 1.2.1 2. As-built Record of Equipment and Materials, 071800 1.2.2 3. Warranty Management Plan, 017800, 1.3.1 4. Operation and Maintenance Manual, 071800.1.5 This acquisition is set-aside 100% for Small Business concerns Liquidated Damages will be assessed at $1,500 per day. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000.00. The magnitude of this construction effort is between $100,000 and $250,000. The tentative timeframe for issuance of the Invitation for Bid (IFB) SP3300-18-B-0002 for the above stated requirement is on or around March 20, 2018. The exact date and time for the pre-proposal/site visit will be stated in the solicitation. Access to the solicitation package to include the specifications and drawings will only be made available to prospective bidders via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Paul Holbert at paul.holber@dla.mil. All questions should be submitted in writing via email to the above. Prospective bidders are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective bidders are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the quote closing date. Failure to acknowledge amendments may render your quote ineligible for award. NOTE: To receive an award resulting from this IFB, bidders MUST be registered in the SAM database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the SAM database. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one purchase order as a result of the IFB. Award will be made to the lowest responsive, responsible bidder. A bidder must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330018B0002/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin (DDJC), Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04847978-W 20180310/180308231540-e6e87e9ceba5bba181e42a6b1ac5397d (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.