Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOLICITATION NOTICE

Z -- Photonic Laser Install

Notice Date
5/18/2021 11:43:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
FA301621R0022
 
Response Due
5/27/2021 11:00:00 AM
 
Archive Date
06/11/2021
 
Point of Contact
Robert Gallegos, Todd Martinez
 
E-Mail Address
robert.gallegos.4@us.af.mil, todd.martinez.1@us.af.mil
(robert.gallegos.4@us.af.mil, todd.martinez.1@us.af.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
18 May 2021 Questions and answers from the pre-proposal site visit have been posted. Amendment 01 is issued to incorporate Appendix G As-built drawings and to extend the proposal due date to 27 May 2021. The contractor shall provide design and construction services to modify R6103 B3260 at JBSA - Ft Sam Houston for the installation of an IPG Photonic Laser Model YLS-50000.2lll. The Contractor shall modify R6103 as follows: - seal existing 4"" communication conduit into anechoic chamber. Bore and install an 8"" PVC communication conduit in location specified by 711 HPW/OMT. - provide an area covering the back right corner of the anechoic chamber (looking in from the door) that extends 3-ft on each side of the corner and a second section that covers 4 linear feet that can slide to any position along the 20-ft wall of the chamber, with the bottom resting on/supported by floor. - provide Fine Grain Extruded Graphite plates, Grade GR060, by Graphtec LLC (or equal; comparable grades are CBY or G11). Plates to be 1"" thick by 12"" wide by 72"" long/tall. Install plate's vertical (12"" wide by 72"" tall), 3 plates on left side of corner and 7 plates on the right side. Manufacture a frame to hold the panels that allows the ability to slide graphite plates right/left for future removal and replacement as necessary. Verify location with 802d CES project manager prior to securing. - provide cement backer board on the interior anechoic chamber walls (except on ceiling).Replace any ceiling tiles affected by work completed within scope. Match existing ceiling tiles in the room. Install Government provided IPG Photonics remote Air/Water model LC 340.01-A.3.6, 460V, 60Hz along exterior of facility. - construct a chiller pad enclosure 4"" concrete equipment pad, 3000 psi minimum, along south wall of facility where the enclosure shall be constructed of cinder block with a brick veneer finish to match existing. See concept drawings shown as attachments. - install chillers on pad as per manufacturer's specifications. Refer to manufacturer's Pre-Installation Guide and Operating Manual (attached to the SOW). - provide netting at the top of the chiller enclosure preventing birds from netting and anti-rodent solution to prevent infestation. - follow UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, Section 3-3, Standard 2, and Unobstructed Space, if directed by 802nd CES. - install Government supplied IPG Photonics Laser Model YLS-50000 and Collimator in R6103. Refer to manufacturer's Pre-Installation Guide and Operating Manual (attached to the SOW). - install IPG Collimator. Refer to manufacturer's Pre-Installation Guide and Operating Manual (attached to the SOW). - connect chilled water supply/return lines between (3) chillers to laser and collimator. Provide all piping, piping insulation, connections, appropriate water and chemicals as specified by laser manufacturer for chilled water loop. Provide pass through of appropriate size through exterior of facility and into anechoic chamber wall for chilled water supply/return water loop. The Contractor shall modify HVAC as follows: - provide and install two (2) articulating snorkel exhaust arms inside the anechoic chamber. Snorkel shall be of appropriate length and articulations (minimum 2 points) for suction end to reach entire surface area of graphite walls and at least 12 feet from graphite walls. Snorkel shall have appropriate aperture size, exhaust velocity, and filtration required to capture all chemicals/off gases. A pre-filter over aperture to protect snorkel is also required. Contact 802nd Bio-Environmental for additional guidelines. - snorkel securely to ceiling and/or chamber wall per location specified. Verify the system conforms to appropriate occupational health standards, such as the recommendations of the American Conference of Governmental Industrial Hygienists, Association of Operating Room Nurses, American Society for Laser Medicine and Surgery, Emergency Care Research Institute, or National Institute for Occupational Safety and Health. - provide on/off switch on chamber entrance wall for exterior exhaust. v. disconnect existing chamber exhaust from building manifold return. Combine snorkel and chamber exhaust and provide dedicated exhaust to facility exterior. - confirm plume rise of exhaust meets environmental standards. - construct a build in filtration system to meet environmental standards. The Contractor shall modify electrical system as follows: - provide new MCB panel board in R6103 for laser system power. - feed new panel board from main electrical vault. - provide surge protection for new panel board. - CB shall have shunt trip and be connected to existing room EPO. - provide new circuit breakers and disconnects for the laser system and all ancillary equipment. - provide all conduit, fittings, and conductors required to provide power to new panel board and new equipment. - provide clear lift cover over EPO. There are no modifications to the fire protection system. The location of the work will be on JBSA - Ft Sam Houston, TX. The 502d Contracting Squadron intends to award a contract with a 120 calendar day period of performance. The estimated magnitude of the entire contract IAW FAR 36.204(f) is between $500K and $1M. A pre-proposal site visit has been scheduled.� Please refer to Attachment 5, Section L for specific instructions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/75167cf413a44490b25b77c20570a6e7/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN06005565-F 20210520/210518230116 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.