Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

Y -- STRUCTURAL AND ANCHOR REPAIRS

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), D.C. North Service Delivery Team (WPJ), 7th & D. Streets, S.W., Room 2664, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P05YMC0123
 
Response Due
8/29/2005
 
Archive Date
9/9/2005
 
Description
The contractor shall furnish all of the necessary equipment, labor, supplies, and supervision to perform structural and pipe anchor repairs in the steam distribution system. Work is to be performed at various locations throughout the District of Columbia. A Potomac Annex Take -off The contractor shall relocate the main steam line anchor to the east of the take?off. Shorten 6 feet of the main steam line and install a 12-inch weld cap on the end of steam line. Contractor shall remove and replace 7 feet by 3 feet of concrete, and install a new trap line at the end of the steam line, using a 1-1/4? high-side valve, reduce down to 3/4. The trap isolation valve shall be a ?? Class 800 OS&Y Y-pattern globe valve with an A-105 forged carbon steel body, a welded bonnet, and socket-weld ends. The recommended model is the Bonney Forge Y-30, or government-approved equivalent. Contractor shall re-insulate all new piping that was installed. B Federal Reserve Ramp The contractor shall remove and replace 4 galvanized stanchions and rollers. Stanchions shall be 15? wide by 82? high. Contractor shall jack up the steam line to install the new stanchions and rollers. C 19th and Virginia Avenue NW The contractor shall replace 1 stanchion 15? wide by 52? high. Stanchion is anchored across from the 19th and Virginia Avenue tunnel entrance. Contractor shall re-insulate 6? of the top steam line. D Dept. of Interior take-off The contractor shall replace six 6 inch by 7 feet I?beams to supporting the ceiling, and patch 168 square feet of concrete in the ceiling with 3/8? rebar. E C Street NW The contractor shall replace approximately 75 hangers for the 3? trap line in the C Street NW tunnel from 18th Street to 19th Street. Contractor must use Grinnell figure 255 pipe alignment guides, Grinnell figure 162 for 2? insulation pipe covering protection saddles, Grinnell figure 175 roller chair or figure 271 pipe rollers stand, or government-approved equipment. All pipe at the new hangars must be re-insulated with 2? insulation. F. 17th and C Streets NW The contractor shall replace the 18 inch elbow and use X-Heavy pipe, remove the existing anchor, and install two new anchors, but the anchors shall not be welded to the elbow. Contractor shall remove and replace 18-inch insulation on the steam line. G. All pipe insulation shall be SSL 850-degree fiberglass insulation. Two layers of 2-inch-thick insulation for steam line, with top and bottom layers overlapping 50% of their length. One layer of 2-inch-thick insulation for pumped condensate and high-pressure trap return lines. Wrap insulation with .016-inch stucco-embossed aluminum jacketing secured with 3/4" stainless steel bands and wing clips every 18 inches. All new structural steel shall be ASTM A36 galvanized tube steel. All other steel shall be ASTM A500 galvanized steel. All welds shall be made with E70xx electrodes. All non-galvanized and non-stainless steel, as well as all steel in areas that have been welded, shall be galvanized in accordance with ASTM A123. All fastener hardware shall be Type 316 stainless steel. Expansion anchors for attaching brackets and stanchions to the tunnel ceiling, walls, or floor shall be Hilti Kwik Bolt II or Powers Rawl Power-Stud heavy duty, stud or threaded version, Type 316 stainless steel expansion anchors. All expansion anchors shall be installed with Type 316 stainless steel nuts, washers, and lock washers. All hardware for flanges shall be ASTM A193 Grade B7 bolts and studs, and ASTM A194 Grade 2H hex nuts. The contractor shall follow the manufacturer's guidelines for installation of all new products. The contractor shall provide submittals for government approval for all products to be used in the steam distribution system not specified herein. NOTE TO CONTRACTORS: 1. The contractor shall complete the work specified under this contract within 120 calendar days from the receipt of the Notice to Proceed. Failure to complete the contract within the stipulated time shall result in liquidated damages of $100 being assessed for each day of the contract in excess of the 120 days. Two GSA forms will be required FD-258 and GSA Form 176 statement of personal History. It shall be the responsibility of the contractor, prior to bidding this job, to inspect the work site, determine the quantity of work involved, check dimensions, compare the specifications with the work to be done, and inform themselves as to all existing site conditions. Failure to do so will in no way relieve the successful contractor from work that may be required to carry out the terms of this contract in accordance with the true intent and meaning of the specifications, without additional cost to the government. The steam distribution tunnels and manholes are hot, damp, and dark. The contractor must inform his/her employees of the working conditions and the possible safety implications. The contractor shall provide proper ventilation, cooling, electric power, and lighting in the tunnels and manholes as necessary. The contractor shall provide his/her employees with hard hats and steel-toe safety shoes, as well as any other safety equipment necessary when working in the tunnels or manholes. The contractor shall provide a 4-gas air monitor for each work crew. The Government shall provide a two-way radio to each contractor work crew for communication purposes with GSA personnel. The tunnel entrances and manholes will be opened by GSA personnel each day as necessary. No person shall enter the tunnel system alone; entries will only be authorized when at least two individuals are entering the space. No eating or smoking is allowed in the tunnel system. Contractor Qualifications Contractors shall submit with their bid packages three references to attest to their experience and previous successful completion of jobs of the type and magnitude specified under this solicitation. The field service technician must have at least 3 years experience in performing work of this nature. The contractor shall have a Repair (R) or Power Piping (PP) Stamp from the American Society of Mechanical Engineers (ASME) and/or the National Board. The contractor shall have quality control procedures in place which address Welding Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for each type of repair. 1. Contractors shall submit evidence of their experience and qualifications. The successful contractor must have at least 3 years successful experience in performing work of this nature. 2. Contractors shall furnish resumes of the individuals in their companies responsible for the technical portion of the work, including the field service technicians to perform the field work. 3. Contractors shall furnish a minimum of three (3) successfully completed projects similar to that specified herein. The following information shall be required on each project listed: (a) Project Name (e) Client Address (b) Project Completion Date (f) Contact Person (c) Project Location (g) Client Phone No. (d) Client Name 4. The contractor shall furnish all information as required in paragraphs "1" through "3" as part of their bid package. D. Basis of Offer The contractor shall quote a firm, fixed price to perform the work as specified under the terms and conditions of this specification. There will be a prebid conference and walk through scheuled on 8/19/2005 at 10:00 AM Sharp there you will receive further instructions and information regarding the scope of work if present. The location where the conference will take place is at the: West Heating Plant 1051 29th street, N.W. Washington, DC 20007
 
Place of Performance
Address: STEAM DISTRIBUTIONS TUNNELS THROUGHOUT METRO WASHINGTON, DC 20007.
Zip Code: 20007
Country: DISTRICT OF COLUMBIA
 
Record
SN00869719-W 20050814/050812212848 (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.