SOLICITATION NOTICE
J -- Repair Siemens GSU - Limited Sources Justification
- Notice Date
- 5/22/2018
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 159 MSG/MSC, LA ANG, LA Air National Guard Base Contracting Office, 400 Russell Ave, NAS-JRB, Bldg 473, Rm 212, NEW ORLEANS, Louisiana, 70143, United States
- ZIP Code
- 70143
- Solicitation Number
- W912NR-18-Q-5016
- Archive Date
- 6/21/2018
- Point of Contact
- Lakeitha Brooks, Phone: 5043918368, Janice M Hills, Phone: 5043918370
- E-Mail Address
-
lakeitha.g.brooks.mil@mail.mil, janice.m.hills.mil@mail.mil
(lakeitha.g.brooks.mil@mail.mil, janice.m.hills.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912NR-18-F-5005
- Award Date
- 5/18/2018
- Description
- STATEMENT OF WORK FOR REPAIR SIEMENS SYSTEMS AT LOUISIANA AIR NATIONAL GUARD Prepared by: Civil Engineer Squadron 2 February 2018 Digitally signed by JIMENEZ.FRANCISCO.GARFIEL _ SCO.GARFIELD.11 D.1120357146 20357146 Date: 2018.04.12 15:43:06 -05'00' TABLE OF CONTENTS •I. Scope •A. General Information Pg 3 •B. Location Pg 3 •C. Description of Work Pg 3 •D. Submittals Pg 5 •E. Scheduling Pg 6 •F. Environmental Considerations Pg 6 •G. Clean Up Pg 7 <h4 style="MARGIN-LEFT: 20.35pt; TEXT-INDENT: -15.35pt; mso-list: l2 level1 lfo3; tab-stops: 20.4pt"> •II. General Administrative •A. Work Hours Pg 7 •B. Occupancy Pg 8 •C. Government Property Pg 8 •D. Antiterrorism Pg 9 •E. CMRA Pg 9 •F. Construction Close-Out / Warranties Pg 9 <h4 style="MARGIN: 9.4pt 0in 0pt 25pt; mso-list: l2 level1 lfo3; tab-stops: 25.05pt"> •III. Attachments •A. Drawings Pg 10 •B. Specifications Pg 10 •C. Submittals Required Pg 10 <h4 style="MARGIN-LEFT: 24.3pt; TEXT-INDENT: -19.3pt; mso-list: l2 level1 lfo3; tab-stops: 24.35pt"> •IV. Addenda/Change Orders •A. Description of Change Pg 10 •I. SCOPE •A. General: •1. The work consists of furnishing all professional services, tools, labor, equipment, materials and travel required to repair the Siemens DDC system as outlined in SectionI (C) below. Changes and/or modifications must have prior approval from the Contracting Officer. The contractor is responsible for any damages caused to government facilities. The Contractor is responsible for ensuring proper documentation and vehicle passes for personnel are received in time to avoid any delay in project start of performance. Proper documentation includes personnel attainment of contractor badges and appropriate advance notification to an Air Force Civil Engineer squadron representative for scheduling of escort support. Client will move equipment from areas of work. •2. Period of performance: 90 days from receipt of Notice to Proceed •B. Location: •1. All work on this project is to be performed at 159 th Fighter Wing, 236 th CBCS, 259 th Air Traffic Control, 122 nd ASOS. •C. Description of Work: •1. The Contractor shall provide all necessary materials to complete service to include but not limited to wiring, conduit, piping, fasteners, etc. Contractor shall provide manufacturer, model number and specs on materials prior to installation for approval. The Contractor shall provide all equipment necessary to complete service to include ladders, man lifts, safety harnesses, drills, saws, roll off dumpster, and any relevant equipment. The below work shall be done in accordance with all relevant codes, regulations and manufacturer requirements. Division 01 General Conditions: •· The Prime Contractor and all subcontractors shall be responsible for access to NASJRB, by means of DBIDS or short term extended pass through Navy Security. When on the installation the Contractor Superintendent shall check in with LA ANG Security Forces at Building 186 (Alert Facility) before every work day. All contractors shall provide photo identification and receive Contractor's badge. Contractor Superintendent must then report to Production Control located at Building 473 (Civil Engineering). •· When requesting access to Geographically Separated Units the contractor must work with the local Civil Engineer Squadron representative. o Contractors must visibly wear their badge at all time during working hours. Contractors cannot work without it. Badge must be placed above waist over working garments. If badge is misplaced or lost, it must be report it to Security Force at Building 186 (Alert Facility). Division 02 Existing Conditions: •· Contractor to make an assessment of all existing conditions. •· Remove existing MBC controller from 122 nd ASOS. •· Contractor to verify 110v or higher electrical is available. Division 23 HVAC: •· ALL SITES: install one per site •o Compact router for Siemens Enterprise, •o LTE capable omnidirectional Antenna •o 4G LTE 2FF SIM CARD compatible with Siemens Enterprise antennna •o Electronic Control Modules •· Contractor will visually verify with government that all connections work to NAS JRB controller. •· New Siemens control panel in B556 122 nd ASOS, Camp Beauregard and any necessary connections for the HVAC system relays. •· Install FLN network and test connections. •D. Submittals •1. In general, for each facet of construction, the Contractor shall submit 1 electronic copy (PDF) of material samples, related calculations, and a numbered fillable PDF AF3000 to the Contracting Officer (KO) for approval a minimum of 7 calendar days prior to procurement and placement of that particular material and construction respectively. Simple material submittals will be reviewed by the technical representative and returned to the KO within 5 government working days. Submittals requiring multiple level reviews such as environmental, design, calculations, etc. will be reviewed and returned to the KO within 7 government working days. Upon final approval the Contractor shall commence with the procurement and construction activity accordingly. •2. Physical sample submittals will be expressly mentioned by item below: •· N/A •3. All material and articles requiring approval, as contemplated by the Materials and workmanship clause, shall be submitted by the Contractor using the AF Form 3000, or automated equivalent. Any material used without or before Government approval is subject to removal, at no cost, if directed by the KO. •4. Submittals are required for all related materials and equipment that the Contractor intends to use for this project. The Contractor shall prepare and submit a materials and equipment listing of any items procured locally for project requirements. Specific items on the listing shall be selected for inspection. This does not include manufacturer recommended equipment and materials. Utilization of any parts and materials for this project will be at the Contractor's risk if there is no prior submittal approved for such items and materials. The LA Air National Guard obtains the right to stop the Contractor and request the removal of any equipment and/or material utilized without prior approval by the LA ANG technical representatives. •5. Project specific Submittals will be detailed out in Section III (C). •E. Scheduling •1. Contractor will submit a Plan/Schedule that includes minimal milestones detailing various stages of construction and phasing, lead time of new materials and installation to the Government for review prior to performing the associated work. Weekly updates shall be provided to the KO. •2. No work shall commence until the Government has approved the schedule at the Pre-Construction Meeting or at a pre-determined time. •F. Environmental Considerations •1. Protection of Human Health and the Environment: It is intended that land resources within the project boundaries be preserved or restored to a condition that appears natural and is protective of human health and the environment. To meet that goal the contractor is responsible for conforming to the following procedures listed. •2. In the event the Contractor brings any hazardous materials onto LA Air National Guard, the Contractor shall notify the KO of the approximate quantities of the materials to be used on the project and will supply a material Safety Data Sheet (SDS) of those materials in English. •3. The Contractor shall be responsible for maintaining the work site to prevent the spread of contamination, provide for the safety of all individuals in the vicinity of the work site areas, and prevent the release of any contaminants to the environment. Any tanks or drum containers used by the Contractor on LA Air National Guard property to store hazardous materials, including petroleum products, will be stored within secondary containment structures capable of holding a volume of 110% of the largest container. •4. All mud, dirt, debris, foreign objects, trash, or spills (including from Sub- Contractors and suppliers) on a street or parking lot, used as access to the work site or staging area shall be cleaned off the same day or as soon as practicable or requested by the KO. •5. The Contractor shall immediately report to the KO to discuss any issues or incidents which may indicate potential imminent risk to contracted, federal, or local personnel, the public at large, or the environment. Following the notification, the Contractor shall be available to the KO for instructions regarding remediation of the release. Contractor should be aware of "you spill, you dig" policies related to working on LA Air National Guard and be prepared to respond to a release caused by the Contractor's personnel. •6. To report a release or spill, contact the KO as soon as possible with the following: •· Your name, organization and telephone number •· Name/address of the party responsible for the incident •· Date and time of the incident •· Location of incident •· Sources and cause of the release or spill •· Type and quantity of material released or spilled •· Danger or threat posed by release or spill •· Number and type of injuries (if any) •7. The Contractor shall comply with all applicable U.S. Air Force, Federal, and State environmental statutes and regulations. •G. Clean Up •1. Do not dispose of rubbish and debris into any waste receptacle on NAS JRB New Orleans (LA ANG). •2. Do not allow accumulation of rubbish or debris in parking lots or on planted materials or grass. •3. Materials that cannot be removed daily shall be stored in areas specified by the Contracting Officer. •4. Comply with federal, state, and local hauling and disposal regulations. The Contractor shall haul waste from the LA ANG site to an appropriate disposal site. All debris will be removed from the site (Contractor is responsible for dump locations and fees). •5. Contractor is responsible for daily clean-up. •6. Contractor is responsible for repair cost incurred as a result of all damage to any facilities on LA ANG. •7. The use of burning at the project site for the disposal of refuse and debris will not be permitted. •8. The job site will be returned the same general condition that it was in prior to any construction done to the job site. This includes, but in not limited to re-sodding disturbed grass, removal of extra fill, removal of demolished building materials, etc. •9. The Contractor shall be responsible for all clean-up before substantial completion. •II. GENERAL ADMINISTRATIVE •A. Work Hours •1. Standard work hours for this project are the base normal work hours of 7:00 AM to 4:30 PM, local time, Tuesday through Friday. Work must stop on official Government holidays and work curtailment days, unless specifically approved in advance. •2. Recognized Federal Holidays: •· New Year's Day •· Birthday of Martin Luther King, Jr. •· President's Day •· Memorial Day •· Independence Day •· Labor Day •· Columbus Day •· Veterans Day •· Thanksgiving Day •· Christmas Day •3. Alternate work hours, such as Monday through Friday or weekends, must be submitted in writing 4 work days before the date desired. •4. To work special hours or days such as to continue exterior painting until dark, request verbal approval from the Contracting Officer at least 4 hours in advance. •5. The Government reserves the right to refuse these requests. However, they will usually be approved unless they negatively affect the base or the using activity. For example, the using activity may have difficulty paying overtime for escorts in controlled areas. In addition, work requiring inspector presence such as building erection may not be possible outside normal hours on short notice. Digging outside of normal hours will normally not be approved. •B. Occupancy •1. The Government will continue to operate in the work site/building unless specified otherwise. Contractor will have access to the area and shall coordinate with the Building Manager and the Contracting Officer Representative a schedule to allow the continued flow of work for both the Government and Contractor. •2. Laydown area or storage space will be determined at the Pre-Construction Meeting prior to start of construction. •C. Government Property •1. Use of government equipment and tools for the construction project is not allowed. Contractor is to provide all necessary equipment and tools for completing the project. •2. Government furnished equipment or furniture to be installed by Contractor will be described in the Scope Section C and identified by item below: •· Not Applicable •3. Government provided utilities for use by the Contractor are limited to electricity to run small power tools on site and water and sewage for incidental clean-up. •D. Anti-terrorism •1. All Contractor employees, including Sub-Contractor employees, requiring access to Government Installations, Facilities and Controlled Access areas, shall complete AT Level I awareness training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable, Certificates of completion for each affected Contractor employee and Sub-Contractor employee will be maintained by the COR or Antiterrorism Representative. AT level I Awareness Training is available at the following website: http://jCO.jten.mil •E. ECMRA •1. The Office of the Assistant Secretary of the Army (Manpower &Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including Sub-Contractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address: https://www.ecmra.mil/ •F. Construction Close-Out / Warranties •1. Upon Final Inspection, Government will provide the Contractor the Final Acceptance Letter. •2. Upon completion, the Contractor shall provide the Contracting Officer with two (2) bound sets containing maintenance, repair and operating instructions and parts lists for each piece of installed equipment and one (1) digital set (PDF) on a CD. Additionally, one (1) digital and one (1) hard copy of As-Built drawings must be provide as well. •3. In addition to the specific guarantees required by the specifications for certain portions of the work to be performed under this Contract, the Contractor shall furnish a written warranty for all of the work to be performed under this Contract, against defects in materials or workmanship for a period of one (1) year from the date of final acceptance of the completed work by the Government. All work including workmanship, material, and equipment (other than Government furnished equipment) shall be warranted for the full period of standard manufacturer's warranty, but in no case shall be warranted for a period of less than one (1) year upon notice from the Contracting Officer of any failure during this warranty period. The part or parts shall be replaced promptly with new parts by and at the expense of the Contractor. Whenever the manufacturer of a piece of equipment supplied by the Contractor customarily provides a warranty covering the equipment, the Contractor shall promptly turn over such to the Contracting Officer. •4. In addition to the general warranty required by the contract, the O&M manuals shall include any specific warranties required by other sections of the TECHNICAL SPECIFICATIONS and other warranties normally provided with the particular piece of equipment or system. Extended warranties normally provided by manufacturers that are beyond the warranty of construction shall be specifically noted. The O&M manuals shall also include a specific warranty section itemizing all standard and extended warranty items. The warranty list shall contain the information indicated below. Warranties will not begin until the Government accepts the facility. Copy of warranty shall be included in the manual. •5. Further warranty information, reference: Contract Clause FAR 52.246-12, "Inspection of Construction" and FAR 52.246-21, "Warranty of Construction". •III. Attachments •A. Drawings •1. Not Applicable •B. Specifications •1. Not Applicable •C. Submittals Required •1. Site specific QC Plan 3. AF Form 66 - N/A •IV. Addenda / Change Orders •A. Description of Change •1. Not Applicable ___ JIMENEZ.FRANCI
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA16-1/W912NR-18-Q-5016/listing.html)
- Place of Performance
- Address: 159 CES, Bldg. 473, 400 Russell Ave., New Orleans, Louisiana, 70143, United States
- Zip Code: 70143
- Zip Code: 70143
- Record
- SN04930488-W 20180524/180522230836-0c242c538394f091e9c1651cbe675453 (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 |