Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

Z -- REMOVE AND REPLACE GENERATORS

Notice Date
5/17/2018
 
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
SP330018B0005
 
Point of Contact
Mogen Gilson, Phone: 7177704757
 
E-Mail Address
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Remove and Replace Generators Building 115 - 246. Contractor shall provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation to Remove and Replace Generators Building 115 - 246 at DLA Defense Distribution Depot San Joaquin in accordance with Scope of Work (SOW), plans and specifications. 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 himself with the site conditions will not be sufficient reason for any increase in contract price. The scope of work includes but is not limited to the following: 1. Demolish/remove: (i) Existing one 400 KW generator (building115) and one 60KW generator (Building 246) and all its accessories including exhaust system. (ii) Existing fuel tank, drain fuel and all related plumbing and accessories. (iii) Existing automatic transfer switches connected to both the generators. (iv) Existing power and control cables up to existing automatic transfer switches. (v) Demolish, remove and dispose all material from site as per government environmental regulations and protocol. 2. Supply and install: (a) Supply and install one new generators- 400 KW, 480V/277V, 3 Phase, 60Hz, diesel and accessories with EPA stationary emergency certification. (b) Supply and install one automatic transfer switch - 600A, 4Pole, 277/480VAC three phase, 60 Hz, 2wire start circuit, NEMA 12 enclosure with 5 year warranty. (c) Supply and install one new generators with 100 gallon base fuel tank- 60 KW, 480V/277V, 3 Phase, 60Hz, diesel and accessories with EPA stationary emergency certification. (d) Supply and install one automatic transfer switch - 300A, 4Pole, 120/208VAC three phase, 60 Hz, 2wire start circuit, NEMA 3R enclosure with 5 year warranty. (e) (e) Supply and install new power cables from new generators to respective automatic transfer switches. (f) Supply and install new control cables connecting new generators and automatic transfer switches. (g) Supply and install one 500 gallon above ground fuel day tanks (for generator in building 115) (Convault or approved equal) and accessories and plumbing as per generator manufacturer requirements. Fuel tank shall be double wall secondary containment construction with required pumps, vents and controls as per UL 142, NFPA 70, 31 and 37. Refer fuel day tank specifications. (h) Provide backup portable generators and accessories for the time when existing generators are out of service during construction phase. Portable generator rating shall be same or higher as existing generators. Portable generators should switch ON automatically at the loss of utility power. Portable generators shall be adequately equipped and wired to simultaneously feed the entire load for a minimum of 24 hrs. Temporary installation shall be as per 2011 NFPA 70E. (i) Existing generators shall not be used as temporary power during construction. (j) Test run at site to demonstrate operations of new generators in coordination with existing automatic transfer switches. All work shall be performed complete and in accordance with the specifications, drawings and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 180 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. Any power outages shall be scheduled 72 hours in advance. 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. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $250,000.00 and $500,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-18-B-0005 for the above stated requirement is on or around June 4, 2018. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors 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 Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors 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 offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror 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/SP330018B0005/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SAN JOAQUIN (DDJC), TRACY, California, 95304, United States
Zip Code: 95304
 
Record
SN04926810-W 20180519/180517231130-e4c278740407a43ed658d15aaf21cbf9 (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.