Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

Z -- Fire Protection System Rehab in Covered Moorings at Coast Guard Station Umpqua River, Winchester Bay, OR

Notice Date
3/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
DTCG88-03-Q-623144
 
Point of Contact
Almer Adams, Contract Specialist, Phone 510-535-7243, Fax 510-535-7233, - Teresa Leong, Contract Specialist, Phone 510-535-7284, Fax 510-535-7233,
 
E-Mail Address
AAdams@d11.uscg.mil, TLeong@d11.uscg.mil
 
Description
Provide all labor, material, equipment and transportation necessary to rehab the dry-pipe fire suppression sprinkler system for the covered mooring at U.S. Coast Guard Station Umpqua River. The work includes but is not limited to the following: (A) Disconnect and remove electrical power supply connected to the existing compressor controller and pipe heating cable. Disconnect the control wires connected to the flow switch, leave the control conductors in place; (B) Remove existing 4-inch fire main piping from downstream of the existing post indicator valve up to the existing gate valve. This includes piping, heating cable and thermostat, insulation, and pipe jacket; (C) Remove existing 4-inch Outside Screw and Yoke (OS &Y) type gate valve, 4- inch dry pipe valve and its trim; ? horsepower, tank-mounted compressor; compressor controller, and air maintenance device; (D) Provide new 4-inch (OS &Y) type gate valve; external, resetting type dry valve and trim at new location. The valve trim includes but is not limited to; water supply pressure gauge, system air pressure gauge air supply connections, main drain valve, low body drain valve, alarm test valve, automatic drain valve, drip funnel, and sprinkler pressure (flow) switch. Connect new riser to the existing fire sprinkler piping. Provide new drum drip; (E) Provide new air supply system at new location. This includes: ? HP, tank mounted compressor, controller, air maintenance device, and low air pressure alarm device. Connect power to the new compressor and make it operational; (F) Provide new water motor alarm. Connect it to the existing piping and make it operational; (G) Provide new ?inspector?s test connection?; (H) Provide new 4-inch fire main piping from downstream of the existing post indicator valve up to the new gate valve. This includes piping, heating cable and thermostat, insulation, and pipe jacket; (I) Provide new enclosure/valve house of wooden frame, gyp board and plywood. Provide one 3 ft x7 ft hollow metal door; (J) Provide metal cabinet with extra sprinkler heads and sprinkler head wrench adjacent inside the new valve house; (K) Provide new electric heater and incandescence light inside the new valve house. Provide electrical power to the electric heater and light and make them operational; (L) Reconnect control wiring of new water flow switch, existing pull station and heat detectors to existing conductors and fire alarm. Provide new supervisory signal in the spare slot available in the existing fire panel, connect it to the new air supervisor switch and make it operational. The existing fire control panel is located inside the operation Room; (M) Thoroughly flush the fire main, the sprinkler risers, and the entire sprinkler piping as per NFPA 25; (N) Hydrostatically test the dry pipe sprinkler system in accordance with NFPA 13; (O) Replace the existing heat detectors at two places; (P) Replace all sprinkler head except in the raised ceiling; (Q) Inspect the sprinkler heads in the raised ceiling. Replace any defective sprinkler head; and (R) Furnish the services of a competent instructor to give full instruction to designated Government personnel in the adjustment, operation, and maintenance; including pertinent safety requirements, of the fire protection equipment. The period of performance is 90 calendar days after Notice to Proceed. This procurement is estimated between $250,000.00 and $500,000.00 and is open to both small and large business in accordance with the Small Business Competitiveness Demonstration Program. The North American Industry Classification System (NAICS) for this procurement is 238390. Size Standards is $12.0. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitation or amendments in paper form. Instead they may be accessed at the following website: http://www.eps.gov. Offerors should register to receive notification of this solicitation. Any amendments issued to this solicitation will be posted solely on this website. This solicitation can be downloaded from the http://www.eps.gov on approximately 19 March 2003. If it does not appear on that day, please check back daily. The due dates for bids will be approximately 22 April 2003. This date is estimated and may change. All responsible sources are encouraged to respond. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Winchester Bay OR
Country: USA
 
Record
SN00270599-W 20030307/030305213055 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.