Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
MODIFICATION

61 -- Replace transfer switch for 800 KW backup generator

Notice Date
9/25/2006
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
73523-5132
 
Solicitation Number
F1B4L16259A100
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Point of Contact
Larry Pruitt, Contract Specialist, Phone 580-481-5837, Fax 580-481-5138,
 
E-Mail Address
larry.pruitt@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*** AMENDMENT TO SOLICITATION THE BID DUE DATE HAS BEEN EXTENDED TO 11:59 PM CDT SEPTEMBER 26 2006. QUESTIONS FROM SITE VISIT: 1. If wire is not long enough to install new transfer switch, will crimping be allowed? NO, IF EXHISTING WIRE IS NOT LONG ENOUGH, NEW WIRE WILL NEED PULLED. 2. Will a stand by power be required? STAND BY POWER WILL BE REQUIRED. 3. Can power be supplied directly from transformer to panel instead of renting a generator for power during transfer switch change out? YES, THIS SHOULD BE ACCEPTABLE. AMENDMENT TO SOLICITATION *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number F1B4L16259A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 4 Aug 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 238210, with annual gross revenue not to exceed $13 million. Statement of Work: A. SCOPE: The Contractor shall provide all equipment, labor, supervision, plant, and travel necessary to replace the 277/480 volt, 4 pole, 3 phase, 1200 amp, switched neutral transfer switch for the 277/480Volt, 3 phase, 800KW main back-up diesel generator at Bldg. 46 (medical clinic) located at Altus AFB, OK. 1. Electrical Demolition: (reference drawing AGGN06-1176, Sheets 1-5, 8/25/2006, Replace Transfer Switch at Bldg. 46) ? Dispose of and remove old 277/480 Volt, 4 pole, 3 phase, 1200 amp, switched neutral transfer switch ATS01. ? Demolish existing battery charger associated with transfer switch ATS01 and return to the government. ? Dispose of and remove old power/control cable, conduit and associated hardware from old transfer switch. 2. Electrical Renovation: (reference drawing AGGN06-1176, Sheets 1-5, 8/25/2006, Replace Transfer Switch at Bldg. 46) ? Procure and install new 277/480 Volt, 4 pole, 3 phase, 1200 Amp, switched neutral, NEMA 1 rated transfer switch ATS01. Procure and install new battery charger in new transfer switch. Auto synchronization is not desired for the transfer switch, but automatic transfer functionality is desired. ? Install new control/power cable/conduit and associated hardware for new transfer switch as required. Power cable includes cable connecting from new transfer switch to the 800KW emergency back-up diesel generator, main distribution frame, transformer and main disconnect. ? Test/commission new transfer switch and new power cable to include a meggar test ? All equipment installed shall be within standards of the Federal Energy Management Program (FEMP) recommendations. Federal buyers are now required by the Energy Policy Act of 2005 to purchase products that are ENERGY STAR?-qualified or FEMP-designated 3. Construction Work Plan: Develop a construction work plan (reference drawing AGGN06-1176, Sheets 1-5, 8/25/2006, Replace Transfer Switch at Bldg. 46). The construction work plan shall document the overall management and implementation activities. Site-specific aspects of the proposed construction work plan are detailed below: ? Construction Schedule as it applies to construction activities ? Work plans shall be designed to minimize interruption of services. Service outages shall be planned for after hours or on the weekends and shall be coordinated with 97 CONS/LGCC beforehand. Regular work shift is from 7:30AM to 5:00PM, Monday through Friday. Contractor shall coordinate power outages within the facilities with facility manager(s). Provide detailed schedule for power outages required within the facility during the installation of equipment associated with new transfer switch. ? The Contractor shall during construction, contact 97 CONS/LGCA and Civil Engineering Operations Flight to open existing power switches as necessary to provide safe construction conditions. All power outages must be coordinated ten days in advance through Contracting Officer?s Representative (COR) or designated representative. ? All work shall be accomplished in accordance with applicable federal, state and trade best practices, in a satisfactory and workmanlike manner meeting the approval of the Altus AFB COR. ? The Contractor shall provide all incidental minor work and materials required to accomplish the project with good workmanship in a satisfactory manner meeting the approval of the COR of Altus Air Force Base. 4. As-Built Drawings: The Contractor shall review the existing Government furnished as-built drawings and visit the facility. The site visit shall include verification that the existing drawings are accurate as they apply to installation of the new transfer switch, including location of electrical facilities, equipment, utilities, all dimensions and all other features which might be involved in this project. The drawings shall be changed to show the conditions found to include changes made to these drawings during design and construction. The Contractor shall then provide as-built drawings after construction is complete. B. GENERAL REQUIREMENTS: 1. New transfer switch shall be equivalent to or better than an ONAN 277/480 Volt, 4 pole, 3 phase, 1200 Amp, switched neutral, NEMA 1 rated, non-auto synchronizing transfer switch, model number OTPCE5736649. 2. This work shall mean to provide and install a complete, finished, operating, functioning assembly, framework, system, or apparatus ready for use by the government. 3. Project documentation: The contractor shall maintain a set of construction drawings on site during the period of construction. These construction drawings shall be red-marked daily to reflect actual as-built status. These as-built drawings shall be stamped 'field verified as-built' by the Contractor prior to their final submittal as part of the project documentation requirements. Provide 4 hard copy sets of as-built drawings and 3 sets on CD. 4. Project phasing will be discussed during the initial site visit prior to the start of work activities. All work is to be performed and phased to minimize the impact on the building occupants and the base mission. 5. The Contractor shall complete a DD Form 1354 (Transfer & Acceptance of Military Real Property) Checklist prior to the closing of the project. The completed DD Form 1354 Checklist shall list all equipment, materials and manufacturer?s name, size, type and serial number of all submitted real property approved for installation in the project. Checklist is to consist of manufacturer?s name, size, type and serial numbers of real property. 6. Submittals: a. Submittals Required: Provide to contracting Construction Work Plan, as-built drawings, Operations and Maintenance (O&M) Manuals, spare parts data. b. Submittal register: Items for which submittals are required are listed on the attached submittal register, AF Form 66. Furnish submittal/document data on AF Form 3000. As-Built drawings, DD Form 1354 and O&M Manuals are required for this delivery order. Brand names/or equal clause: ?Or Equal? clause: Where reference is made in the specification or on the drawings to specific manufacturers and/or model numbers of equipment or materials, the information is provided to indicate design intent and to establish the minimum quality standards, physical attributes, and performance characteristics which are required for the referenced item. The use of specific names and/or model number is not intended to limit selection of other manufacturers whose equipment or materials meeting these criteria may be submitted to the CO for consideration and shall be clearly identified, in writing, as a substitution. The burden of proving equality for proposed substitutions shall be the responsibility of the Contractor and submittals for said substitutions shall include detailed manufacturer?s specifications, dimensioned drawings, performance data and any other information necessary to clearly indicate that the proposed item meets or exceeds the quality standards, physical characteristics, and performance criteria established by the contract documents. Submittals, which do not provide proof of equality, will be rejected. 7. Quality & approval: All materials shall be installed in a neat manner by using workers skilled in their trade and in accordance with the recommendations of each manufacturer. If work is not done in a workmanlike type manner as determined by the CO, it shall be redone at the Contractor?s expense. 8. Operating and maintenance: O&M instructions, to include any hardware needed for maintenance and repair, shall be provided as specified in the contract specifications. Upon completion of construction and prior to final inspection, the contractor shall submit to the contracting officer, four (4) bound copies of the operation and maintenance manuals and spare parts data, along with any hardware, as specified in contract documents. Final acceptance will not be accomplished until the O&M manuals and spare parts data have been received and approved. 9. Storage area (S): If the Contractor requires additional storage area(s) other than the project sites, a request shall be submitted, in writing to the CO at negotiations for approval. 10. A pre-bid site visit will be set up for all contractors by the government to aid in the bidding process. 11. All material not identified for government salvage shall be disposed of at a state-approved landfill and jobsite must be cleaned of debris on a daily basis. In no instance will excess materials be disposed of at the south gate recycling areas. All materials need to be accounted for and turned in to CEV with the appropriate paperwork. 12. The government will not be responsible for or honor any construction cost that has not been negotiated and/or approved by an authorized government official. Construction costs shall not begin, or in case of increased cost, continue until it is received in writing that the cost is approved and funds are available. Immediately upon suspicion that circumstances have occurred which justify an increased design or construction costs, the Contractor will stop design or construction and coordinate with the project manager. If it is agreed that a cost increase is appropriate, the increased costs shall not be incurred until the Contractor receives notice that the cost increase is approved and funds are available. 13. The period of performance shall be 50 days from issuance of the contract until construction is complete. 14. Contractor shall ensure that requirements outlined by HQ USAF/ILEV letter, 26 Jan 1999, subject: Non-hazardous solid waste diversion rate measure of merit (MoM), are adhered to while replacing transfer switch at Bldg. 46. 15. Contact the Com Squadron, 97CS/SCX before removing power from the facility in preparation for cut-over to new transfer switch so that a graceful shutdown of communications and telephone equipment can be arranged. C. SPECIFICATIONS This project shall adhere to the following specifications: 1. ANSI C2-2002, National Electrical Safety Code, 2005 2. National Electrical Code (NFPA Number 70), 2005 3. International Code Council Electrical Code, 2005 4. International Building Code, 2005 5. International Electrotechnical Commission Standard 60364-1, Electrical Installations of Buildings, 2005 6. Code of Federal Regulations, 2005 7. ASHRAE Standards, 2005 8. OSHA Regulations, 2005 9. AFI 32-1024, Standard Facility Requirements, 2005 10. AFIs 32-1052 & 32-7042, Potentially Regulated Substances, 2005 11. UFC 3-520-01, Interior Electrical Systems, 2005 12. ANSI/IEEE Std 141-2005 (IEEE Red Book - Recommended Practice for Electric Power Distribution for Industrial Plants) 13. ANSI/IEEE Std 142-2005 (IEEE Green Book - Recommended Practice for Grounding of Industrial and Commercial Power Systems). 14. ANSI/IEEE Std 241-2005 (IEEE Gray Book - Recommended Practice for Electric Power Systems in Commercial Buildings). 15. ANSI/IEEE Std 242-2005 (IEEE Buff Book - Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems) 16. ANSI/IEEE Std 399-2005 (IEEE Brown Book - Recommended Practice for Industrial and Commercial Power System Analysis). 17. ANSI/IEEE 446, IEEE Recommended practice for Emergency and Standby Power Systems for Industrial and Commercial Applications (IEEE Orange Book), 2005 18. ANSI/IEEE Std 493-1990 (IEEE Gold Book - Recommended Practice for the Design of Reliable Industrial and Commercial Power Systems), 2005 19. NFPA 101 Life Safety Code, 2005 20. NFPA 110-Standard for Emergency and Standby Power Systems, 2005 21. NFPA 111-Standard on Stored Electrical Energy Emergency and Standby Power Systems, 2005 22. NFPA 99-Standard for Health Care Facilities, 2005 23. EGSA 100B-Peformance Standard for Engine Cranking Batteries Used with Engine Generator Sets, 2005 24. EGSA 100C-Performance Standard for Battery Chargers for Engine Starting Batteries and Control Batteries (Constant Potential Static Type), 2005 25. EGSA 100S-Peformance Standard for Transfer Switches for Use with Engine Generators Sets, 2005 26. UFC 3-550-03N-Design: Power Distribution, 2005 27. UFC 3-540-04N, Design: Diesel Electric Generating Plants, 2005 28. UFC 3-501-03N-Electrical Engineering Preliminary Considerations, 2005 29. UFC 3-520-01-Interior Electrical Systems, 2005 30. UFC 4-510-01-Deisgn: Medical Military Facilities, 2005 31. Air Force Instruction (AFI) 32-1062-Electric Power Plants and Generators, 2005 32. Air Force Instruction (AFI) 32-1063-Electrical Power Systems, 2005 APPENDIX A BASE PROVIDED DRAWINGS Medical Clinic: 1. AGGN06-8001, Sheets 1-4, 4/13/2006, Replace Transfer Switch at Bldg. 46 2. Dwg. file no. J\910798\DWG\0700E001.DWG, Sheet 8 of 9, Sheet Ref. No. E0.1, 8/21/1998, Electrical General Notes 3. ALT-87-0087, Dwg. No. ALT-PM-9207, Sheet 8 of 9, 5/15/1987, Electrical Site Plan and Notes 4. DACA63-77-B-0024, Dwg. No. 32-02-01, Sheet 1 of 122, Sequence no. 51, 12/1976, Floor Plan First Floor 5. DACA63-77-B-0024, Sheet E2-E16 of 54, Sequence no. 240-254, 12/1976, First Floor Lighting Plan 6. DACA63-77-B-0024, Sheet E23-E37 of 54, Sequence no. 261-275, 12/1976, First Floor Power Plan 7. DACA63-77-B-0024, Sheet E44-E45 of 54, Sequence no. 282-283, 12/1976, Fire Alarm Riser Diagram and Legend 8. DACA63-77-B-0024, Sheet E46 of 54, Sequence no. 284, 12/1976, Telephone Riser Diagram 9. DACA63-77-B-0024, Sheet E47 of 54, Sequence no. 285, 12/1976, Electrical Riser Diagram 10. DACA63-77-B-0024, Sheet E50-E54 of 54, Sequence no. 288-292, 12/1976, Panelboard Schedules 11. DACA63-77-B-0024, Sheet E14A of 19, Sequence no. 14A, 12/1976, Site Electrical Plan B 12. DACA63-77-B-0024, Sheet E14B of 19, Sequence no. 14B, 12/1976, Site Electrical Plan C 13. AGGN-87-0075, Dwg. No. AGGN-E-9546, Sheet 4 of 8, 11/25/1988, Electrical 1-Line Diagram 14. AGGN 00-0000, Sheet 1 of 1, 2/26/2004, Clinic Pharmacy 15. No Contract No., No Dwg. Number., Sheet 56-59 of 71, Sequence No. E106-109, 7/3/2001, Life Safety Upgrades & Primary Care Optimization Revitalization 16. AGGN 87-0075, Dwg. No. AGGN-E-9544, Sheet 2 of 8, 11/25/1988, Demolition Electrical Plan 17. AGGN 87-0075, Dwg. No. AGGN-E-9544, Sheet 3 of 8, 11/25/1988, New Electrical Plan 18. AGGN 87-0075, Dwg. No. AGGN-E-9547, Sheet 5 of 8, 11/25/1988, Interior Electrical Details 19. AGGN 87-0075, Dwg. No. AGGN-E-9547, Sheet 6 of 8, 11/25/1988, Exterior Electrical Details 20. AGGN 87-0075, Dwg. No. AGGN-E-9547, Sheet 7 of 8, 11/25/1988, Electrical Equipment Details 21. ALT 88-3061, Dwg. No. ALT-M-8637, Sheet 11 of 15, 2/21/1984, New Electrical Floor Plan Power and Lighting-Area 5 22. ALT-83-3061, Dwg. No. ALT-M-8638, Sheet 12 of 15, 2/21/1984, New Electrical Floor Plan Power-Area 6 23. ALT-88-3061, Dwg. No. ALT-M-8639, Sheet 13 of 15, 2/21/1984, New Electrical Floor Plan Lighting-Area 6 24. ALT-82-2036, Sheet 1-2 of 2, Sheet E1-E2, 11/16/1982, Electrical Plans & Details Dental Clinic: 1. DACA-63-72-B-0125, Dwg. No. 32-29-01, Sheet 30 of 32, 2/1972, Sequence no. 40, Lighting Floor Plan 2. DACA-63-72-B-0125, Dwg. No. 32-29-01, Sheet 31 of 32, Sequence no. 41, 2/1972, Power Floor Plan 3. DACA-63-72-B-0125, Dwg. No. 32-29-01, Sheet 32 of 32, Sequence no. 42, 2/1972, Electrical Schedules and Details 4. AGGN 92-8000, Dwg. E000, Sheet 1, 1/26/1994, Dental Clinic Remodel Electrical Schedules 5. AGGN 92-8000, Dwg. No. E100, Sheet 2, 1/26/1994, Dental Clinic Remodel Power Floor Plan 6. AGGN 92-8000, Dwg. No. E200, Sheet 3, 1/26/1994, Dental Clinic Remodel Lighting Floor Plan ** END OF SOW** (End SOW). All work shall be performed IAW SOW. A site visit has been scheduled for 1:00 PM CDT on September 25 2006. Please register with one of the points of contact listed below. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Larry Pruitt 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5837,send a fax to (580) 481-5138, or e-mail to: larry.pruitt@altus.af.mil. 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 2359 (11:59P.M.) CDT, 26 September 2006. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006); Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (JUL 2005); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), Electrician, Maintenance, WAGE: $20.12, FRINGE: 32.85% (Govt Est.); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204-7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 05-2525 Rev 01, Jackson County, Oklahoma is hereby incorporated into this Solicitation) and any resultant Purchase Order (also available electronically, by FAX or e-mail, or by mail). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-SEP-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B4L16259A100/listing.html)
 
Place of Performance
Address: 97 CONS/LGCB 303 J AVE, BLDG 302 ALTUS AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01154481-F 20060927/060925223323 (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.