Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

Z -- Replace Standpipe Risers at the SSA Facility in Queens, NY

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, SSA Region 2, 26 Federal Plaza, Room 4010, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
SSA-RFQ-02-05-1001
 
Small Business Set-Aside
Total Small Business
 
Description
The existing standpipe risers in the Addabbo Federal Building, located in Jamaica, Queens, New York, are made from Schedule 10 tubing utilizing Victaulic couplings and saddle clamps to supply water to each individual floor?s fire suppression system, consisting of sprinkler and standpipe systems. Schedule 10 tubing is the thinnest wall tubing permitted for risers. Because of its thin wall construction, any condition of heavy rust or scaling can compromise the integrity of these systems. SPECIFIC REQUIREMENTS: In each of 25 locations throughout the Addabbo Federal Building, the contractor shall: 1. remove and replace approximately 15? of 6? steel schedule 10 piping 2. reinstall new schedule 10 saddle clamps for 2 ?? schedule 40 pipe 3. replace 1-2 ?? schedule 40 nipple and 1-2 ?? hole flange which feeds sprinkler systems 4. re-pipe 1-2 ?? schedule 40 pipe which supplies water to the local standpipe system 5. replace 1-2 ?? brass 90 degree valves with female IPS threads at one end and NYC Fire Department threads at the other end 6. install new supports wherever piping is removed and replaced. GENERAL REQUIREMENTS: 1. All workers are to submit required documentation for Security clearances. 2. All work is to be done by a licensed & bonded Sprinkler company; NYC Certification of Fitness is to be submitted. 3. All work is to be done during off-hours (after 6:30 PM and before 5:30 AM, Monday through Friday; after 4:30 PM and before 7:00 AM on Saturday and Sunday when there is weekend overtime) 4. All contract employees should arrive at the building with 2 forms of identification, one of which must be a photo-ID. All contract employees must sign in and out each work day at the main security desk, and should wear the ID issued by security at all times. 5. Parking and loading dock access must be requested at least 24 hours ahead of time for pre-approval. 6. Contractor shall patch all holes. 7. Contractor shall remove all old piping, etc., from the premises. 8. Contractor shall insure that workspace is protected, and returned to normal conditions for the next work day. This acquisition is being conducted under FAR 13.5 - Test Program for Certain Commercial Items. This is a 100% small business set aside. The NAICS Code is 238220 with a size standard of $12 million. The Request for Quotations will be available for download from this website, or by written request from the contracting office listed in this notice, on or about May 23, 2005. The dates for both a contractor site visit and the deadline for receipt of offers will be stated in the RFQ.
 
Place of Performance
Address: 155-10 Jamaica Avenue, Jamaica, NY
Zip Code: 11432
Country: USA
 
Record
SN00809856-W 20050519/050517212805 (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.