Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

59 -- ELECTRICAL CIRCUITS

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
6220A300
 
Response Due
8/22/2006
 
Archive Date
9/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. The purchase and installation of the following items: 181 electrical circuits IAW attached S.O.W. If you would like a copy of the drawings referenced in the SOW SECTION 2, please e-mail james.simmons@robins.af.mil for a copy ASAP. Prices should be FOB Destination (Robins AFB GA 31098). Request delivery date is 30 days ARO. This is a Total Small Business set aside. NAICS CODE: 238210 Size Standard $13M. The following clauses (current through FAC 2005-7, and DFARS Change Notice 20051209) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation). In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Quotations may be faxed to 478-926-7549 or email james.simmons@robins.af.mil no later than 22 AUG 2006, 12:00 pm EST. The anticipated award date will be by 30 Aug 2006. STATEMENT OF WORK FABRICATION AND INSTALLATION OF CIRCUITS BUILDING 228 I. GENERAL REQUIREMENTS A. SCOPE OF WORK 1. This specification establishes the minimum requirements for the acquisition of all labor and materials required for the fabrication and installation of electrical circuits. The contractor shall be responsible for all items needed for a complete installation based on the description and length of circuits provided. 2. The project includes approximately 181 electrical circuits. II. CONTRACTORS RESPONSIBILITIES A. GENERAL 1. Provide all materials, labor, equipment, and services necessary for complete installation of the product. 2. Provide products that are new and free from defects. B. PRODUCT REQUIREMENTS 1. All outlets and cables must adhere to current NEMA standards. C. SUBMITTAL REQUIREMENTS 1. GENERAL a. Written statement within contractor?s submittal package substantiating compliance with requirements as stated in this statement of work. Any deviations from these requirements should be stated and explained. 2. INSTALLATION COSTS a. Total installation costs based upon the tables and drawings provided to contractor. D. DELIVERY, STORAGE, AND HANDLING 1. The contractor shall be responsible for the receipt, offloading, and handling of all materials and supplies. 2. All deliveries shall be scheduled with the Administrative Contracting Office and the Facility Representative. A minimum of 48 hours notice should be given before a scheduled delivery. 3. The contractor shall remove all packing materials and residue from the area at the end of each day. The contractor will be required to provide their own trash receptacles to dispose of packing materials and residue. E. INSTALLATION 1. All products shall be assembled and installed in strict accordance with current state and local requirements. 2. The contractor shall provide a single point of contact (installation foreman) who will be responsible for coordinating all phases of the systems furniture installation. This individual shall be on-site at all times during installation should any problems occur. Any delays or problems should be reported to the Administrative Contracting Office and Facility Representative. 3. A final walk-thru inspection shall be conducted with the installation foreman and facility representative after installation has been completed. Any components damaged, missing, or installed incorrectly will be listed and a copy give to the Administrative Contracting Office. A suitable time frame for correction of these problems will be allowed. III. CIRCUIT REQUIREMENTS A. GENERAL 1. One hundred eighty one circuits of length and receptacle specified will be fabricated and installed. 2. One hundred fifty one circuits will use existing circuit breakers. 3. Sixteen new 20-amp 110 volt circuit breakers will be provided and installed in the Power Distribution Units (PDUs). 4. Eight new 30-amp 110 volt circuit breakers will be provided and installed in the PDUs. 5. Six new 30-amp 220 volt circuit breakers will be provided and installed in the PDUs. 6. The circuit breakers that are removed to make room for the three new circuit breakers will be placed on top of the PDU. 7. All cables will be run under the floor at right angles. 8. Applicable state, local, and federal laws will be adhered to in the fabrication and installation of electrical circuits. 9. Forty eight NEMA 5-20R circuits of length specified will be run from PDU2 to the desired location in room 177 of building 228. Nine NEMA L5-20R circuits of length specified will be run from PDU2 to the desired location. Eight NEMA L6-20R circuits of length specified will be run from PDU2 to the desired location. Thirteen NEMA L6-30R circuits of length specified will be run from PDU2 to the desired location. 10. Forty six NEMA 5-20R circuits of length specified will be run from PDU8 to the desired location in room 177 of building 228. Nine NEMA L5-20R circuits of length specified will be run from PDU8 to the desired location. Nine NEMA L6-20R circuits of length specified will be run from PDU8 to the desired location. Twelve NEMA L6-30R circuits of length specified will be run from PDU8 to the desired location. 11. Sixteen NEMA 5-20R circuits of length specified will be run from PDU10 to the desired location in room 177 of building 228. Three NEMA L6-30R circuits of length specified will be run from PDU10 to the desired location. Eight NEMA L5-30R circuits of length specified will be run from PDU10 to the desired location.
 
Place of Performance
Address: ROBINS AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01118123-W 20060819/060817221224 (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.