Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

N -- Remove and replace 16 existing generator floor air handlers with new government purchased air handlers that are on site.

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-04-Q-0146
 
Response Due
9/2/2004
 
Archive Date
11/1/2004
 
Point of Contact
Bruce Crittenden, 509-527-7215
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla
(Bruce.W.Crittenden@nww01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Remove and replace sixteen existing generator floor air handlers with new government purchased air handlers that are on site. Contractor shall supply and install isolation valves on both supply and return lines on elevation 267 from the manifold and before wall embedded piping. This shall be done for all sixteen units that shall be replaced prior to any other work. This is to minimize down time for the installation of the remaining air handlers for the entire system. Contractor shall remove sixteen existing air handlers; drains, control boxes, and piping from air handler to flanged wall embedded piping on elevation 287, and from flanged embedded piping to the manifold on 267. Contractor shall removed existing air handler support frames and attaching hardware that is attached to the wall. The contractor shall supply and install new fabricated frames for the new air handlers. Contractor shall supply and plumb, test, and insulate all exposed water pipe, flanges, and, valves. Valves must be operational after insulation is installed. Contractor shall supply, install and route electronic controls and disconnect to floor level. All conduit must be rigid and per the NEC. Contractor shall supply and paint to best match all framework, air handlers, pipe in sulation and other attaching hardware, to existing building colors. All supply, return, and drains lines shall be marked (identified) by the contractor. Shall dispose of all removed air handlers, piping, framework, and waste off site. Shall supply mater ial, labor, lifting, and handling equipment required to complete the job. Provide at least two persons, one job site foreman and a lead person to attend Security Clearance Training, for McNary's Lock out Tag out procedures. Project security program requi res that the contractor shall provide all information and pictures to the government for each contractor employee to have a government-supplied badge on the project during work in progress. All fittings and connections shall be watertight and no leaks, 24 hr run test shall be completed and approved by the government prior to the insulating of all exposed water pipes, valves, and flanges. Contractor shall provide their own means of transportation of the air handlers from Government warehouse loading dock t o the powerhouse. This is approximately 1 mile one-way. Contractor shall provide forklifts, crane, man lifts, ladders, rigging and rigging crew for air handler placement in the powerhouse. All pipe and connections shall be rated min. 150 lb. W.O.G. (Wate r, Oil, and Gas) and be schedule 40 galvanized steel. All ball valves for the 2 1/2 inch supply and return water lines shall be rated min. 150 lb. W.O.G. (Water, Oil, and Gas) with latch and lock out capability. All ball valves for the 3/8 inch vent and drain lines shall be rated min. 150 lb. W.O.G. (Water, Oil, and Gas) with latch and lock out capability. The period of performance is 60 days. Award will be made under Federal Acquisition Regulations Part13, Simplified Acquisition Procedures and Part 12, Acquisition of Commercial Items. The anticipated award date is on or about September 10, 2004. All responsible sources may submit a quotation that shall be considered. To order a copy of the request for quotation interested firms must register via the Walla Walla District's webpage http:://www.nww.usace.army.mil/ebs/AdvertisedSolicitations.asp. The proposed contract is 100 percent set aside for small business concerns. See numbered note 1. There will be a sight visit August 26, 2004 at McNary Lock an d Dam, Umatilla, OR 97882. Point of Contact for this request for quotation is Bruce Crittenden, Contract Specialist, (509)527-7215 or email at Bruce.W.Crittenden@usace.army.mil.
 
Place of Performance
Address: McNary Lock and Dam 82925 Devore Rd Umatilla OR
Zip Code: 97882
Country: US
 
Record
SN00636895-W 20040806/040804212259 (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  © 1994-2020, Loren Data Corp.