Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

Z -- Fire Sprinkler System-Flush and Test, B 310

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
922160 — Fire Protection
 
Contracting Office
142 FW/LGC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV-05-Q-4005
 
Response Due
8/22/2005
 
Archive Date
10/21/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 939TH, STATEMENT OF WORK SW-1. DESCRIPTION OF WORK: TEST FOAM SYSTEM WORK ORDER NUMBER: 2004 3612 COR: MICHAEL F. COLLINS (503) 335-4466 SW-2. LOCATION OF WORK: BUILDING # 310 SW-3. DATE WRITTEN: 3 MAY 05 SW-4 PRINCIPAL FEATURES: The work consists of the testing of the AFFF System and replacing the AFFF Foam located at Bldg. # 310 In-accordance with these contract documents. SW-5 BIDDING: SW-6 APPROVALS AND CHANGES: a. Each bidder shall submit in writing all requests for approval of equipment and/or methods of construction, which in any way differ from those specified or detailed. Requests are to be submitted to the Contracting Officer. b. No deviation will be made from the bid plans, specifications and General notes without the prior written approval of the Contracting Officer or his appointed representative. SW-7 DRAWINGS AND ATTACHMENT: The reference drawing by the 142 CES are hereby made a part of these Contract Documents. NA SW-8. WORKMANSHIP: All work shall be accomplished in a professional manner by experienced tradesmen to complete satisfaction of the Contract Officer or their appointed representative. SW-9. APPOINTMENT TO VISIT JOB SITE: All bidders shall call and coordinate with Michael F. Collins at 142 CES for access to the job site. (503) 335-4466 FAX (503) 335-4472 (503) 335-4473. SW-10. CODES AND REGULATIONS: All work shall be accomplished in accordance with all codes and/or regulations of the authorities having jurisdiction. SW-11. CLEAN-UP: Contractor Upon completion of the project, the contractor shall clean up and remove all rubbish, which has resulted from his or her work from the site and shall leave the premises in a clean and orderly condition, acceptable to the Contracting Officer or their representative. COR. SW-12. COORDINATION: The Contractor shall coordinate all their work with the contracting officer or their representative. SW-13. PROPOSED WORK SCHEDULES: The Contractor shall start work no later then (20) days after the award of the contract, and complete the work within (5) working days. SW-14. HOURS OF WORK: A. Normal hours of operation for construction are 0630 through 1600 Monday through Friday, excluding federally recognized holidays. B. To work outside of the normal work hours the Contractor must make request to 48 hrs. Prior to required time. COR may reject request at the convenience of the government. Failure to notify will result in being denied base access or being required to leav e base. SW-15. CONTRACTOR IDENTIFICATION BAGE: Will be issued by the 142nd SFS, the following are the requirements and procedures for the contractor. A. Contractors working on the installation for 30 days or more must be issued contractor identification badge. B. Contractors working in any of the following areas; Controlled or Restricted areas, and any area North of the flight line fence must be issued a contractor identification badge or escorted. SW-16. WARRANTY: All work completed under this contract shall be guaranteed by the contractor against failure of workmanship and/or materials for a period of one (1) year from date of final acceptance of the project. SW-17 Contractor to provide all tools parts, equipment, material and labor to provide services listed. SYSTEM # 1 A. Drain existing foam from 300 Gal. Tank and dispose off Base in accordance with all federal, state and local laws. Contractor to submit disposal plan to the COR for approval. Contractor shall not commence the work until acceptance of the plan by the CO R. B. Flush Tank and Bladder. Inspect tank and Bladder and report condition to COR. Co ntractor to dispose of all water used in flushing the tanks and bladder Base in accordance with all federal, state and local laws. Contractor to submit disposal plan to the COR for approval. Contractor shall not commence the work until acceptance of the plan by the COR. C. Contractor to provide and install new Sight Tube. D. Contractor to refill AFFF Tank with Government provide Foam. The Base will deliver the foam in 55 gal. Drums to the mechanical room of Bldg. # 310. E. Remove Cannon nozzles. Flush Hanger Bay supply lines. Set nozzle heads and reinstall. F. Perform discharge test of foam system # 1 IAW NFPA 11, Chapter 10 G. Contractor to contain, clean, and dispose of all foam/water used in the test and cleanup operations in accordance with all federal, state and local laws. Contractor to submit disposal plan to the COR for approval. Contractor shall not commence the wor k until acceptance of the plan by the COR. H. Using Government provided foam replace used foam. I. Contractor to protect all Government Equipment in the Foam test area. SYSTEM # 3 A. Contractor to provide and replace Sight Tube. B. At the installed diverter Contractor to Perform discharge test of foam system #3. C. Contractor to test foam for serviceably. If foam is serviceable contractor replace foam that was used. D. If foam is not serviceable contact COR for replacement foam. SYSTEM #4 A. Contractor to provide and replace Sight Tube. B. Contractor to Perform discharge test of foam system # 4. C. Contractor to test foam for serviceably. If foam is serviceable contractor to replace foam that was used. D. If foam is not serviceable contact COR for replacement foam. SW-18. QUALITY CONTROL: A pre-job conference shall be called, as warranted, by the owners representative at a convenient time prior to the commencement of work and shall be attended by the representatives of the owners and the contractor as necessary. The purpose of this confere nce is to completely review the job and the specifications to confirm mutual understanding of the job content and performance. The contractor is responsible for quality control. Inspections by the COR do not alleviate the contractor from his responsibility . LAST ITEM
 
Place of Performance
Address: 142 FW/LGC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
Country: US
 
Record
SN00864659-W 20050810/050808212214 (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.