Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF july 5,1996 PSA#1630

USACML&MPCEN&FM, Directorate of Contracting, ATZN-DC, BLDG 241C, FORT MCCLELLAN, AL 36205-5000

Z -- REPLACE BOILERS IN BUILDINGS 1802, 1801, & 1602 AT FORT MCCLELLAN, AL SOL DABT02-96-B-0011 DUE 072596 POC Contract Specialist Jeffery S. Tarvin (205) 848-5219 (Site Code DABT02) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is DABT02-96-B-0011 and is issued as an invitation for bid (IFB). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 90-37. This solicitation is set-aside for small business. The standard industrial classification code is 5074 and the small business size standard is 500 employees. Dept. of Labor Wage Determination 94-2001, revision 2 applies to this solicitation. A site visit will be conducted on 9 July 1996 at 0900. Reservations must be made with point of contact identified below. Bid Schedule for HTHW Boiler Replacement Buildings 1802, 1801, and 1601 ITEM DESCRIPTION QTY UNIT TOTAL AMOUNT Furnish all plant, labor, materials equipment and supplies necessary to replace existing HTHW boiler at buildings 1802, 1801, & 1601. All work and materials shall be in accordance with technical provisions. BASE BID 0001 HTHW Boilers Cleaver-Brooks packaged watertube model #M4W-700-6000-250HW or equal 3 EA _ If submitting equal model, technical data or descriptive literature must accompany bid. 0002 Removal/Disposal/Installation of boilers 3 EA _ TOTAL AGGREGATE BID _ 1. Scope of Work: Remove existing Bryan boilers located in the mechanical rooms of buildings 1802, 1801, and 1601 and replace with new complete and operating boilers as specified within these specifications. Existing flues shall be reused. Modifications to existing supply and return piping, flues and boiler foundations shall be made as required for installation of new boilers. Materials and workmanship of these modifications shall match existing. 2. Disposal of materials: Existing boilers and accessories removed shall be delivered to the DEH Warehouse Bldg 202 located on the installation in the DEH compound. 3. Submittals: The following items shall be submitted (3 copies each) to the Contracting Officer for approval at the times indicated: 10 days after award: Boiler Catalog Data (including installation instructions) Installation Shop Drawings Prior to final payment: Operation and Maintenance Manuals Start-up and Test Certifications 4. Electrical Work: Electrical work and control wiring installed under this contract shall be in accordance with the National Electrical Code, latest edition. 5. Materials and Qualifications: 5.1 Welding procedures and welder qualifications shall be in accordance with ASME-17. 5.2 Steel Pipe Shall match existing. 5.3 Safety valves shall conform to ASME requirements. 5.4 Boiler: The high temperature hot water boiler shall be a Cleaver- Brooks packaged watertube Model #M4W-700-6000-250HW, high pressure hot water boiler. The boiler shall have a maximum output of 4,800,000 BTU/hr when fired with natural gas (1000 BTU/cu-ft). The maximum water temperature shall be 385 degrees F. The safety relief valves shall be set at 250 psig. 5.4.1 Boiler Trim: The following items shall be provided and installed on the boiler: 5.4.1.1 Dual Water Column - Water columns shall be located on left and right side of boiler and shall be piped for easy removal. A gauge glass set and gauge glass and water column valves shall be provided. The water columns shall be a Magnetrol Model B241-B10-AAG. 5.4.1.2 Low Water Cut-Off - The low water cut-off switch shall be an integral part of the water column. The cut-off shall be wired into the burner control circuit and shall prevent burner operation if boiler water falls below the designated safe level. 5.4.1.3 Water Pressure Controls - A minimum of three (3) controls shall be provided - one (1) auto reset type for burner on-off controls, one (1) for burner firing rate and one (1) manual reset type for burner cut-out on excessive steam pressure. 5.4.1.4 Water Pressure Gauge - Gauge shall be located at front end of boiler and shall include a cock and test connection. 5.4.1.5 Safety Relief Valve - Safety relief valves shall be provided and installed on boiler. Safety relief valve type and size shall comply with ASME code requirements. 5.4.1.6 Alarm Horn - Horn shall have alarm silence switch and contacts for remote alarm. 5.4.1.7 System Pump Interlock - Shall include relays and terminals in cabinet. 5.4.1.8 Combination temperature/pressure gauge shall be mounted on boiler and visible form floor level. 5.4.1.9 Manufacturer's standard IRI gas train. 5.4.1.10 Burner system with controls for full modulation. 5.4.1.11 High and low gas pressure switches. 5.4.2 Electrical: Boiler electrical shall be 460 volts, three phase, 60 hertz with transformer for control power(115 volts, single phase, 60 hertz) pre-wired and terminated, mounted in cabinet. All electrical service connections shall be made to an electrical entrance box mounted on boiler. Contractor shall make all electrical connections to the boiler from existing electrical disconnects in the boiler room. 5.4.3 Forced Draft Blower: Air for combustion shall be supplied by a forced draft blower mounted on boiler. Mounting of blower shall be such to minimize vibration and noise levels. Blower shall be of the centrifugal type, balanced and directly connected to the blower motor shaft. 5.4.4 Burner and Flame Failure Controller: A combustion safeguard control, Model CB100, shall be provided to control ignition, starting and stopping the burner and provide pre-combustion and post-combustion purge periods. It shall stop burner operation in event of ignition, pilot or main flame failure. Trail for ignition shall be limited to ten (10) seconds. 5.4.5 Control Panel: The control panel shall be mounted on the front of the boiler and shall be conveniently located for the operator. It shall be a NEMA 1A lockable enclosure. The panel shall contain the electronic combustion safeguard control, blower motor starter, control circuit fuse and control switches. A damper positioning switch shall be provided to permit selection of automatic firing or manual selection of low or high fire. A terminal board shall be provided to which all wires entering or leaving the panel shall be connected. The panel shall include indicating lights to show operating conditions. The lights and switches shall be located on the panel switch ledge. Electrical equipment shall be UL listed. Wire shall be oil, heat and moisture resistant and shall be number coded. 6. Design conditions: Outdoor ambient air temperature 97 degrees F (max) and 18 degrees F (min). Site elevation: 700 feet 7. Execution: 7.1 Special tools (uncommon tools) necessary for the operation and maintenance of boiler and controls shall be furnished with the boiler. 7.2 Existing boiler foundation shall be removed or modified to meet new boiler manufacturer's requirements. Boiler support shall permit free expansion and contraction of each portion of the boiler or setting. 7.3 Existing flue shall be reused. Modify as required for new boiler. Materials and workmanship shall match existing. 8. Start-up and Testing: 8.1 Boiler manufacturer's representative shall certify installation of new boiler prior to start-up. 8.2 Contractor shall provide testing of boiler and controls in accordance with boiler manufacturer's recommendations and warranty requirements. Boiler manufacturer's representative shall be present during testing and shall provide certification of test. 8.3 Contractor shall provide manufacturer's standard warranty for boiler and accessories. Work shall be completed 120 days after date of award. Work shall be accomplished in buildings 1802, 1801, & 1601, Fort McClellan, AL Provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The following clauses apply to this acquisition and are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items 52.222-3, Convict Labor 52.233-3, Protest After Award 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns 52.222-26, Equal Opportunity 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans 52.222-36, Affirmative Action for Handicapped Workers 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.225-3, Buy American Act-Supplies 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program 52.237-1, Site Visit Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.247 7023, Transportation of Supplies by Sea, which is included by reference to implement 10 U.S.C. 2631. 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.227-7015, Technical Data-Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data Offers are due by 1600 Hours 25 July 1996. Offers must be submitted to: USACML&MPCEN&FM Directorate of Contracting ATTN: ATZN-DC Bldg 241C Fort McClellan, AL 36205-5000 The point of contract for this acquisition is Jeffery Tarvin, Phone (205)848-5219/4318.(0184)

Loren Data Corp. http://www.ld.com (SYN# 0187 19960703\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page