Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

Z -- REMOVE AND REPLACE THE EMERGENCY GENERATOR PAD AND ASSOCIATED EQUIPMENT AT BLDG. 1060, BEALE AFB, CA 95903

Notice Date
4/11/2000
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Rm 101, Beale AFB, CA 95903
 
ZIP Code
95903-1712
 
Solicitation Number
F04666-00-T0162
 
Response Due
4/26/2000
 
Point of Contact
Sebastian Teodor, Contract Administrator, Phone (530) 634-3413, Fax (530) 634-3311, Email Sabastian.Teodor@beale.af.mil - John Lower, Contract Administrator, Phone (530) 634-3408, Fax (530) 634-3311, Email John.Lower@beale.af.mil
 
E-Mail Address
Sebastian Teodor
(Sabastian.Teodor@beale.af.mil)
 
Description
Title: Remove and replace the Emergency Generator Pad and associated equipment at bldg. 1060, Beale AFB, CA 95903. Description: Furnish all labor, supervision, transportation, equipment, tools, materials, and operations as required to perform the following: Remove and replace an emergency generator pad and associated equipment; provide a complete, electrically supervised, emergency generator backup system at bldg. 1060, Beale AFB. Provide a temporary double throw switch (3 phase, 200KVA, 480V) and distribution cables (total approx. 300 feet). Switch the existing load to the temporary circuit for the duration of the contract performance period. Remove existing concrete pad, load cables, conduits, chain link fencing (approx. 73 lineal feet), and fuel tank (with concrete supports). Lay new conduits, cabling, electrical ground system, concrete pad and fencing. Provide approx. 60 lineal feet of buried cable conduit. Provide a reinforced concrete pad type foundation (not less than 8 inches thick. Install approx. 75 lineal feet of 8_ tall chain link fence including a 4ft wide gate. Install government provided: 200KVA generator set, automatic transfer switch, double throw switch, and surge suppressor (on the line side of the ATS). Provide and install a commercial breaker. Provide and install channel iron support frame for commercial breaker and double throw switch. Provide and install approx. 300 feet of electrical distribution cable. Provide the system complete and ready for operation. Equipment, materials, installation, workmanship, inspection, and testing shall be in strict accordance with the required and advisory provisions of the NEC, NFPA 70 and IEEE C2, except as modified herein. Furnish materials and equipment that are current products of one manufacturer regularly engaged in the production of such equipment. EXISTING SYSTEM: Contractor shall provide a temporary double throw switch connected to the pole-mounted transformers, and circuits to the master switches at building 1060 and the tower. The government will provide a temporary generator to connect to the double throw switch. Contractor will be responsible to coordinate all power outages with Base Operations and minimize downtime. CODES: Contractor shall comply with the latest edition of the NEC, NFPA 70, IEEE C2 _ (for electrical); and ASTM C39, ASTM C94, ASTM C150, ASSTM C309, AASHTO M182, COE CRD-C400, NRMCA TMMB-01, NRMCA QC3 (for concrete); and all other applicable laws and regulations. QUALIFICATIONS OF INSTALLER: Prior to installation, submit data for approval of the Contracting Officer showing that the Contractor has successfully installed generator systems of the same type and design as specified herein, or that he has a firm contractual agreement with a subcontractor having such required experience. The data shall include the names and locations of at least two installations where the Contractor, or the subcontractor referred to above, has installed such systems. The Contractor shall indicate the type and design of each system and certify that each system has performed satisfactorily in the manner intended for a period of not less than 18 months. TECHNICAL REPRESENTATIVE: Furnish the services of a qualified power production expert or technician, experienced in the installation and operation of the type of system being provided, to supervise the installation and testing, including formal testing and adjustment of the system. Magnitude of this project is between $25,000.00 and $100,000.00. SIC is 1542. The size standard is $17 Million. This solicitation is open to all business concerns. The entire solicitation will be released solely on the Electronic Posting System (EPS), www.eps.gov, (paper copies will not be available). Any prospective bidders interested in bidding on this solicitation MUST register in order to be placed on the bidder list. Include your company name, address, telephone number, and point of contact, fax number, and e-mail address. This list is provided to facilitate subcontracting opportunities only. Bidders registering their name on the source list should not conclude that they would receive a paper copy of the solicitation in the mail, as a paper copy will not be available. All prospective bidders are responsible to visit the EPS frequently and obtain any amendments or other information pertaining to this solicitation. The solicitation, attachments, specifications, drawings, and bidders list, will only be available by downloading the documents from the EPS. Tentative date that solicitation will be released solely on the EPS will be 26 April 00. Tentative bid opening date will be 10 May 00. (Specific issue and opening dates to be identified on solicitation). When issued the solicitation package with the specifications will be available for download as word documents or zipped compressed files. The drawings will be available for download as a self-extracting zip file. Once executed the file will install the free SourceView reader and the drawings can then be viewed and printed. A free evaluation version of Winzip can be obtained from http://www.winzip.com/winzip/download.htm, once unzipped, all files are word documents. Any changes to solicitation documents or specifications will render them invalid. Bids containing any changes will be rejected. Contractors must be registered in the Centralized Contractor Registration in order to receive a contract award from any DOD activity. Contractors may access the CCR at http://ccr.edi.disa.mil. For more information concerning Business Opportunities at Beale AFB please visit our website at http://www.beale.af.mil/9LG/9CONS/index.htm NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-APR-2000). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/9CONS/F04666-00-T0162/listing.html)
 
Record
SN01103734-F 20060803/060801222955 (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.