Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

J -- Boiler Retubing

Notice Date
10/16/2020 12:15:20 PM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FMC BUTNER BUTNER NC 27509 USA
 
ZIP Code
27509
 
Solicitation Number
15B10620Q20000034
 
Response Due
10/26/2020 12:00:00 AM
 
Archive Date
11/10/2020
 
Point of Contact
Davitta M Williams, Lead Contract Specilaist, Phone: 919-575-5000x1143, Fax: 9195755036, Arthur Johnson, Phone: 919-575-3900x5192
 
E-Mail Address
d11williams@bop.gov, a2johnson@bop.gov
(d11williams@bop.gov, a2johnson@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
I. SPECIFICATIONS:� � A.�� ��� ��� � �� ��� ��� ��� ��� ��� ��� ��� ��� ��� �INTRODUCTION�� ��� ��� � The Federal Bureau of Prisons (FBOP), Federal Correctional Institution located at� FEDERAL CORRECTIONAL COMPLEX FEDERAL MEDICAL CENTER 1000 OLD NC HIGHWAY 75 BUTNER NC, 27509 Intends to make a single award to a responsible entity that will provide all necessary equipment, labor, materials, and incidentals to repair boiler #2 at FMC Butner. � All manufacturers� recommendations will be required to be implemented.� All equipment specified in this statement must be brand name or an equal product. Should your firm choose to submit an equal product, you must submit all technical specification of the equal product to be analyzed and a technical determination issued with acceptance/non-acceptance. B. �� �SCOPE OF WORK �� ��� ��� ��� ��� ��� �1. COMPLETE TUBE REPLACEMENT The SOW for the tube replacement will be as follows. �Tube materials must match the boiler design sheet by Cleaver Brooks. 1.�� �Contractor will secure boiler using proper lockout and tag out procedures. 2.�� �Contractor will open the boiler and remove all boiler tubes.� 3.�� �The removed tubes to be discarded in customers supplied recycle dumpster.� 4.�� �Once the tubes are removed the contractor will inspect the tube sheet for defects. �Contractor will advise of solution.� 5.�� �Contractor will clean the tube sheet; polish the tube holes in preparation for the new tube installation.� 6.�� �Contractor will supply and install all new ASME SA-178 Grade A domestic boiler tubes matching the design sheet by Cleaver Brooks.� 7.�� �Contractor will install the new tubes, cut to proper length, straight-roll and bead-roll the tubes in the front by means of specialized tube expanding equipment. Then straight-roll and seal weld the tubes in the rear section of the boiler. Once the welding process is complete, the contractor will lightly re-roll the rear tubes to relieve stresses inherent during the welding process. 8.�� �Contractor will hydrostatically pressure test the boiler for an authorized inspector to witness. 9.�� �Contractor will assist in closing the boiler and provide new gaskets.� 10.�� �Provide R-1 Traveler documentation. Provide a written report of services performed.� 2. REAR DOOR EXCHANGE 1.�� �Secure the boiler using the proper lockout and tag out procedures. 2.�� �Contractor will supply and deliver (1) 96� reconditioned monolithic replacement rear door.� 3.�� �The door will be refurbished per Cleaver-Brooks specifications and standards using OEM templates to ensure the critical turn-around area is of correct volume and shape.� 4.�� �The door construction utilizes a high strength castable refractory lower section, including an all monolithic pour in lieu of baffle tile. The upper section utilizes high temperature ceramic fiber insulation material rated for 3000oF backed by a 1200oF insulating board, encompassed with heavy duty S.S. mesh wire and S.S. anchors. 5.�� �Contractor will remove the existing rear door from the boiler by way of a specialized cart, fork-lift and rigging. 6.�� �Contractor will off load replacement door and rig onto boiler.� 7.�� �Once installed, contractor will assist in closing the rear door with new gaskets, ensuring the clearance at the rear tube sheet is correct and true. At this point, the upper anchor nut will be set for tension release.� 8.�� �Contractor will perform eight-hour rear door curing procedure. 3. THROAT TILE AND LINER REPLACEMENT 1.�� �Ensure the boiler is secured using the proper lockout and tag out procedures and adhere to OSHA mandated confined space entry directives. 2.�� �Contractor will evaluate the possibility of repairing the throat tile that is dislodged. 3.�� �If throat tile cannot be repaired the contractor will remove existing throat and liner tiles from the boiler furnace and dispose of in a plant supplied refuse container.� 4.�� �Contractor will inspect the backside of the fire ring, and advise of condition. 5.�� �Contractor will prep the furnace to accept new tiles, including laying hi-temperature castable refractory where necessary. 6.�� �Contractor will supply and install new Cleaver-Brooks throat and liner tiles as per OEM specs. This includes high temperature mortar, insulating shim board and proper location of the �key� brick.� 7.�� �A written report of work performed will be provided. 4. BLOWER MOTOR AND IMPELLER REPLACEMENT 1.�� �Ensure the boiler is secured using the proper lockout and tag out procedures. 2.�� �Open the front of the boiler to allow access to blower motor coupling. 3.�� �The existing blower motor has already been removed from boiler door. 4.�� �Install new blower motor and impeller. 5.�� �Start the boiler to ensure proper operation. 6.�� �Check combustion and adjust fuel air ratio for maximum efficiency throughout the firing rate of the boiler. 7.�� �Provide a written report of work performed. 5. TUNNING OF BOILERS 1.�� �Provide tuning for boiler #1 and #3 once boiler #2 is complete. C. QUALITY ASSURANCE/INSTALLATION REQUIREMENTS All installers/technicians shall be qualified and certified by the manufacturer to install, test. �Such certification must be verified in writing by the manufacturer and submitted to the COR seven (7) days before the project starts. � �� �� All seismic zone requirements, environmental compliance, Life Safety, NFPA, ADA-ABA, and Federal, State and Local codes and regulations will be considered during all phases of this project. Services and materials provided by the contractor will adhere to and shall be consistent with the most current industry standards, the Underwriters Laboratories (UL) and the General and the National Electric Code (NEC). It is the contractor�s responsibility to obtain permitting, should it be required. �Copies of all permits must be submitted to the COR upon receipt from local agency. These parts shall be currently manufactured and available through authorized dealers. �Such certification must be verified in writing thru submittals by the manufacturer and submitted to the COR on a timely basis. The contractor shall provide a computer laptop with the software and license to program PLC. D. UTILITIES The FBOP will provide water, use of restrooms and minimal electricity service (120V) for small hand power tools including battery chargers. The contractor will provide all other equipment, supplies and materials needed to complete this project.� E. TESTING AND ACCEPTANCE The Contractor shall notify the COR two (2) days prior to the final system testing and certification so that arrangements can be made to have BOP required staff available to observe testing. �A complete plan detailing test procedures must be submitted to the Contracting officers representative (COR) in advance for final check out and testing of the complete system. F. HOUSEKEEPING AND MATERIAL DISPOSAL The contractor awarded the contract will be responsible to ensure the premises are kept clean and free from accumulations of waste materials and rubbish at all times. �The contractor will remove all debris, scrap, and rubbish from the work area daily. �Surplus materials and all equipment shall be promptly removed from the site upon completion of the work. The Contractor shall be responsible to remove all debris and waste materials from the job site at FMC Butner upon conclusion and acceptance of the project. These items must be disposed of in accordance with all Federal, State, and local laws. The Contractor is also responsible to conduct all structural repairs, patch walls, paint, repair ceiling etc., associated with the upgrade. G. SUBMITTALS�� � & TRAINING Submittals: �� �1. The contractor shall provide written submittals to the COR describing recommended equipment within (15) days from receiving the Notice to proceed for approval.� �� � �� �2. All security clearance paperwork/documentation shall be submitted to the COR a minimum of (14) working day prior to the start of work (see below). � �� � �� ��� �3. The Contractor shall provide to the COR three (3) copies of the Safety Data Sheets (SDS) on all materials and substances that may be used during the course of the project. �In the event the material is not approved by the Safety Manager, it shall be the responsibility of the Contractor to locate and procure an alternative product. �� � �� �4. For security and safety purposes, forty-eight (48) hour advance notice in writing, prior to disruption to the system must be given to the Contracting Officer and COR. �� � 5. Provide complete narrative descriptions of all system operations. � 6. The contractor shall provide an Installation Certification of the completed and tested systems that contains an affidavit signed by the contractor and manufacturer�s representative, notarized, certifying that the complete systems meet the contract requirements and is fully operational per the manufacturer's recommendations. 7. Any deviations from this Statement of Work will be considered a Change Order Request and must be authorized through the institution�s Contracting Officer prior to the implementation of the requested change. 8. It is the Contractor�s responsibility to repair and/or replace any Government property damaged by contractors/subcontractors employees. �Damage will be corrected and restored to previous condition at no cost to the Government. 9. It shall be the Contractor�s responsibility for obtaining all measurements and data requirements to comply with manufacturer�s installation recommendations. All installations must be in accordance with product manufacture�s recommendations. II. CONTRACTOR SECURITY/WORKING REGULATIONS A. Work Hours:� Work Hours for the contractor are 7:00 AM � 3:00 PM, Monday - Friday, excluding weekends and federal holidays. Any work required to be completed at any other time than noted above must be requested in writing to the COR five (5) working days prior to the start of the work. In the event of any equipment being replaced that would result in downtime of the normal orderly running of the institution, alternate work hours may be authorized in accordance with the time frame stated above.� Access to the site will be available during normal working hours except during emergencies. �It shall be the responsibility of the Contractor to familiarize himself, his employees, and his subcontractors of the working hours and conditions in the correctional facility, as working hours may not constitute a full eight-hour work day. �The Government assumes no responsibility to the Contractor nor to any of his subcontractors for shorter hours due to institutional emergencies or entry and/or exit of workers necessitated by normal institution routines. � Contractors should plan for a minimal amount of time accrued for security considerations, i.e., check-in screening, delay due to inmate movements, institution lock-down, institution emergencies, etc. �In the event of an institution emergency, the Contractor will be instructed to secure all work, secure and stow all tools, equipment and materials, and the Contractor will be escorted out of the institution. �Work will resume once the institution emergency passes. �� �B. Delivery of Materials: �� �All construction materials/equipment required for work on this project is required to be processed by the Contractor and coordinated with the institution COR for temporary storage. �� � �� �Any construction related deliveries which are directly shipped to the contractor can be received between the hours of 7:00 a.m. to 12:00 p.m., Monday through Friday, excluding Federal Holidays. �At no point will a Bureau of Prisons (BOP) staff member receive or sign for a delivery if the contractor or his representative is not present to verify and accept the delivery. � �� � �� �Under no circumstances will FBOP Butner or its staff be responsible for the acceptance of any Contractor or company deliveries. The contractor shall be responsible for providing their own means of loading and unloading contractor material or equipment. �� � �� �The contractor shall not use the institution entry/driveway for the loading, unloading, or storage of any materials and equipment. The contractor will not impede/block the driveway at any time during or after the work shift. C. Storage of Materials and Equipment: �� �All construction materials/tools shall be stored in a designated area mutually agreed upon between the COR and the contractor. �The storage area will be a secure lockable gang box or similar, size to be determined by the contractor and the COR. If required, the contractor shall provide a securable, single point access storage container, such as a Job or Gang Box that will be left in the agreed upon storage area for the duration of the project. �Size of the storage container will be determined by the contractor and the COR. �The container will be secured using a padlock protocol with two locks to secure it. One shall be a contractor lock and the other lock provided by the institution. � If necessary, a heavy duty chain provided by the contractor may be used to facilitate the locking requirement. �All materials and equipment stored within the container will be maintained in a safe an orderly fashion �� � � �� �All tools will be inventoried prior to entering the institution and will be inventoried back in to ensure accurate accountability when exiting the institution at the end of each work day. � Materials cannot be stored at a height that would create a fall hazard. �All tools will be inventoried prior to entering the Institution. �At the start of each work day all tools will be inventoried out on a daily tool inventory sheet and at the end of the work day all tools will be inventoried back in to ensure accurate accountability of all tools at the end of each work day. All contractor owned extension cords that will be used during the project, regardless of length, shall be in good condition with no broken outer Insulation. �Extension cords are considered a �high risk� tool having a Federal Bureau of Prisons� tool classification of Double A. �All contractor owned extension cords used for this project will be required to exit the institution at the end of every work day for the duration of the project. All contractor owned ladders approved for use within the institution, regardless of the size, shall be stored in a pre-determined area and secured to a stationary fixture with a heavy link chain and lock which would prevent removal. D. Security Clearance/Contractor Badges: � �� �The contractor shall provide the COR with all the necessary security clearance documents for all contractors and subcontractor employees accessing the institution and be security cleared for badging within 14 days of receiving the Notice to Proceed, as stated above. �Security clearance documents will only be accepted from the prime contractor. If submitted by a sub-contractor, they will be rejected. It is the prime contractor�s responsibility to review security clearance submissions to ensure they are complete. �� � �� � In the event a contractor or subcontractor employee cannot pass the security clearance process, it will be the contractor�s responsibility to provide another candidate. By law the BOP cannot, and will not, release any information to the contractor concerning the nature of why a contractors or subcontractor employee was not able to pass the security clearance process.� �� � �� �All contractors/subcontractors working at FCC Butner will be issued and required to wear a picture ID/contractor badge provided by the institution. �For security reasons, the badge will be worn in a visible manner as directed by the COR. � �� � �� �All contractors and subcontractor employees will provide a check list of all employees on site each day to the COR, verifying the number of workers on site each day and that all workers are approved to be on site. �� ��� �E. Safety and Personal Protective Equipment: �� �All contractors and employees shall have and wear the required personal protective equipment (PPE) prescribed by industry standards at all times while on the job site. �It is the responsibility of the contractor to provide all PPE equipment. All ladders regardless of the size shall be stored, and secured to a stationary fixture with a chain and lock in a predetermined area, in a way that they cannot be removed. �If ladders are required, immediately consult with the COR to ensure that he or she can make timely notification to appropriate institution staff. All extension cords regardless of length shall be in good condition with no broken outer insulation and will be secured in a locked construction gang box. Should a system require Lock-out/Tag-out, the system will be required to have both Contractor and FMC Butner locks on the isolation point to prevent shock. �All Lock-out/Tag-out procedures will be in compliance with the institution Lock-out program. F. Additional Considerations: �� �1. Contractors will NOT be allowed to bring cell phones, cameras or two way pagers into FMC Butner. �The Facilities Department maintains a digital camera that will be utilized by BOP staff to document the project work. �The Contractor may request copies of these documentation photos for record keeping. 2. Contractor will be permitted to wear jeans in the institution, however, shorts, green or khaki-color clothing will not be allowed. The clothes will be proper and suitable for the services that are being provided.� 3. Lunches will be consumed at the work site. Contractor shall ensure they have everything they need for their lunch when they check-in first thing in the morning.� 4. Federal smoking policy on Federal property states that smoking is only allowed in outdoor designated areas. This policy will be strictly enforced.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a83b9941b56648db8f7f9e7d94db85e9/view)
 
Place of Performance
Address: Butner, NC 27509, USA
Zip Code: 27509
Country: USA
 
Record
SN05829561-F 20201018/201016230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.