Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

Z -- Install Electrical Panel and Conduits Sections 1 and 2 Warehouse 30, Defense Distribution Center San Joaquin (DDJC), Tracy Site, Tracy CA

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-T-0339
 
Response Due
9/5/2006
 
Archive Date
11/1/2006
 
Description
Contractor shall furnish all necessary supervision, labor, material, equipment and accessories necessary to install electrical panel and conduits in Sections 1 and 2, Warehouse 30 located at Defense Distribution Center San Joaquin, Tracy Site. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will attend the site visit and thoroughly familiarize himself with the project. Specifications and drawings will be provided when the solicitation package is issued. Project Description: 1. All work shall be in accordance with Contract drawings and specification. 2. All work shall be in accordance with latest version of the National Electrical Code (NEC). 3. Warehouse 30 height is approximately 30 feet. 4. Warehouse 30 is occupied and heavy forklift traffic is common. Contractor shall ensure that performing work in the building does not disrupt warehouse workers? mission. 5. Provide and install new 60 amp, 480 Volt, 3 pole circuit breaker in existing electrical panel ?HA? in Section 1. 6. Provide and install new 30 KVA step down transformer and new 100 Amp (with 100 Amp Main Circuit Breaker), 120/208 Volt, 3 Phase, 4 Wire, 24 Space Electrical Panel with ten (10) 20 Amp single pole circuit breakers in Section 1. 7. Provide and install new conduits, pull boxes and junction boxes from existing telecommunication cabinets (TC-02, TC-07, and TC-08) to existing work stations in Sections 1 and 2. 8. Section 1 includes: 2? EMT and 1?EMT installed directly under equipment sortation chutes and conveyors and thirty five (35) 6?x6? NEMA 1 pull boxes and seventeen (17) 4?x4? j-boxes. 9. Section 2 includes: 1? EMT installed under and around conveyors and equipment and nine (9) 4?x4? j-boxes. Install two (2) runs (approximately 20? each) of 1? EMT up the columns. Install 1? EMT under a conveyor and up the south wall, approximately 25? in height. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed and complete the entire work ready for use within 90 calendar days after receipt of the Notice to Proceed. This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 238210. The small business size standard is $13,000,000. The magnitude of this construction effort is between $25,000 and $100,000. The tentative timeframe for issuance of Request for Quote (RFQ) SP3100-06-T-0339 for the above stated requirement is the week of August 7, 2006. A site visit will be conducted. The exact date and time for the site visit will be stated in the RFQ package. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.eps.gov. Hard copies of the RFQ package will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible concerns may submit a quotation which shall be considered by this agency. The Government intends to award one contract as a result of the quotation. Award will be made to the lowest priced offeror. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Place of Performance
Address: Defense Distribution Center San Joaquin (DDJC), Tracy Site, Tracy CA
Zip Code: 95304
Country: UNITED STATES
 
Record
SN01094636-W 20060723/060721220158 (fbodaily.com)
 
Source
FedBizOpps 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.