Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

Z -- Fire Sprinkler System Repairs

Notice Date
11/20/2020 2:03:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B20P0193
 
Response Due
11/30/2020 2:00:00 PM
 
Archive Date
12/15/2020
 
Point of Contact
James Porter, Phone: 9792609491
 
E-Mail Address
james.porter@usda.gov
(james.porter@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
USDA-ARS Center for Grain and Animal Health Research Manhattan, Kansas Building #3 (543000B003) Fire Sprinkler Leak repairs Repairing Leaks on Building #3�s Fire Sprinkler System Project: Replacing a 4� Check Valve, a 2� Angle Valve installing a missing Ball Drip and bringing the system back to service and checking for leaks. . GENERAL INFORMATION 1.0 Background and Purpose: During the fire sprinkler inspection of 9/2020 there were deficiencies found. This project is to fix all efficiencies to NFPA-13 Standards and return the system to full service 2.0 Definitions: None CONTRACTOR REQUIREMENTS 3.0 Technical Requirements for Removal Tasks: 1. The contractor will shutoff and drain the system 2. The contractor will remove the leaking 4� check valve and install a new 4� check valve located at the fire departments inlet connection. 3. The contractor will remove and install a new 2� valve on the main drain of the sprinkler system. 4. The contractor will install the missing ball drip on the fire departments connection. 5. All damaged wet missing or loose fittings will be refastened or replaced according to the NFPA-13 standards of serviceability. 6. The contractor will return the system back to service and inspect and repair any leaks. 4.0 Deliverable / Schedule: 1. Period of Performance is sixty (30) days after receipt of the awarded contract order. All designs, drawings, blueprints, or schematics if developed will be presented to the government for approval a. All materials and equipment will be cleaned up and put away at the end of each workday. b. The Sprinkler will be tested for leaks and any leaks present will be repaired. c. . All �hard copy� deliverables will be submitted on recycled content paper and printed doublesided. 5.0 Reporting Requirements: The contractor is required to provide written progress report upon the completion of the contract. The progress report shall cover all work completed during the specified period and shall present the work that was accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Proposed Project Plan: Defining the responsibilities, timeline, risks, and milestones of contract objectives no later than five�business days after the contract is awarded. 6.0 Government Furnished: Operations and Storage Areas: water, gas, and electricity are available on the site. 7.0 Travel: Travel and reasonable accommodations will be arranged by the contractor�s and any pricing of expenses will be included in the bidding of the contract. There will be no additional cost for travel or lodging to the Government after the contract has been awarded. 8.0 Contractor�s Key Personnel: Contractors key positions and personal will be determined at first onsite meeting 9.0 Accident Prevention Plan/Site specific Plan 1. Contractor shall submit a ""site specific"" Safety Plan to the Contracting Officer that describes how the contractor is to comply with all applicable OSHA standards and NFPA codes pertaining to construction work to include, but not limited to: General Safety and Health Provisions, Occupational Health and Environmental Controls, Personal Protective and Life Saving Equipment, Hand and Power Tools, Welding and Cutting, Electrical, Scaffolds, Fall Protection, Excavations, Demolition, Stairways and Ladders, Toxic and Hazardous Substances, Confined Space Entry, Lockout/Tagout, Respiratory Protection, Hearing Protection. Safety Plan shall identify Contractor and sub-contractor employees who are authorized/qualified to perform electrical work. No work shall proceed until written approval of the Safety Plan by the Contracting Officer. Safety Plan shall describe how the Contractor and/or sub-contractors are to secure equipment, supplies, tools, and chemical products. Contractor and/or sub-contractor equipment, supplies, tools, and chemical products are always to be under the control of theContractor. Equipment, supplies, tools, and chemical products found not to be under the control of the Contractor or sub-contractor may be confiscated and delivered to the Contracting Officer. 10. Security and COVID 19 Requirements: 1. Request copy of relevant safety plans. 2. Contractor will be required to hold at least weekly safety meetings. 3. Contractor and his employees will be required to follow all requirements of 29 CFR 1926 OSHA Standards for the Construction Industry. 4. All relevant PPE as dictated by the hazards present must be worn by the contractor and all employees working on the job site. 5. Location Monitor will walk the site with an eye to safety. 6. Possible Hazards of this Contract are: Loading overhead lifting working in, around heavy equipment hauling excess materials, and removing rubbish and debris. 7. All workers will abide with CDC and USDA�s guidelines for protecting yourself and others in a working environment. a. Avoid close contact with others follow the 6ft distancing rules as much as possible. b. Cover your mouth and nose with a cloth face covering in common areas and when working in close contact with others c. Wash your hands often; when in common areas, using the rest rooms, before and after eating, blowing you nose coughing or sneezing d. Clean and disinfect common usage items and areas at the end of every day. This includes tables, doorknobs, light switches, countertops, handles, desks, phones, keyboards, toilets, faucets, and sinks. e. Monitor your health. Watch for fevers, coughs, shortness of breath, or other symptoms of COVID-19. Report any health issues immediately. f. The Contractors will provide their own bathrooms and wash facilities.� All contractors will report to the front office and will be screened for illness and citizenship or current work visa. They will be issued a contractor�s identification card once proper credentials have been validated 11. Performance Requirement Measures: Random inspections and notifying the Contractor of any noted deficiencies. This will not relieve the Contractor from requirements of the Contract. All requests for information regarding this solicitation must be submitted in writing via email to James Porter at james.porter@usda.gov no later than 1600 CDT on 11/25/2020. All quotes are due to James Porter via email at� james.porter@usda.gov. Quotes are due by 11/30/2020 by 1600 CDT. Offerers must have an active registration in the System for Award Management at SAM.gov at the time of solicitation closing to be considered for this award. Offerers must return the following to be considered for this award:� 1. Standard Form 18 - Request for Quote (Attached to Solicitation): Must fill out blocks lie (unit price), llf (amount), 12a-f, 14, 15, and 16a-c.� 2. A description of services plus references.. Primary Point of Contact.: James Porter,� Contract Specialist james.porter@usda.gov� Place of Contract Performance: USDA/ARS/Plains Area Manhattan, KS 66502
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ee80aee46f04d268851069025c23226/view)
 
Place of Performance
Address: Manhattan, KS 66502, USA
Zip Code: 66502
Country: USA
 
Record
SN05858039-F 20201122/201120230143 (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.