Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

N -- Provide and Install Fire Pump and Motor

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4861-07-Q-B003
 
Response Due
5/24/2007
 
Archive Date
6/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lot FIRE PUMP, MOTOR AND ASSOCIATED PLUMBING FFP The contractor shall furnish and install a fire pump, motor, and associated plumbing for Mike O'Callaghan Federal Hospital as required by the National Fire Protection Association standards and codes and in accordance with Statement of Work at Attachment 2. FOB: Destination MILSTRIP: F3G4BA7075A200 PURCHASE REQUEST NUMBER: F3G4BA7075A2 SIGNAL CODE: A NET AMT Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 N/A N/A N/A N/A Section G - Contract Administration Data Section I - Contract Clauses CLAUSES INCORPORATED BY FULL TEXT 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791 (e-mail: David.Glowacki@langley.af.mil). Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number 703 588 7004, facsimile number 703 588 1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Section J - List of Documents, Exhibits and Other Attachments Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Section L - Instructions, Conditions and Notices to Bidders CLAUSES INCORPORATED BY FULL TEXT 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996) (a) A pre-bid/pre-proposal conference will be conducted at Nellis AFB NV on 1 May 2007 at 0930 for the purpose of answering questions regarding this solicitation. (b) Submit the names of all attendees (not to exceed 2 per company) to Laurie Banks (laurie.banks@nellis.af.mil) prior to 26 April 2007. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 26 April 2007. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. ATTACHMENT 1 STATEMENT OF WORK (SOW) FOR REMOVAL AND REPLACEMENT OF FIRE PUMP AND MOTOR 1.0. SCOPE: Furnish all labor, materials and equipment to perform all operations in connection with the removal and replacement of the fire pump, at Nellis AFB, Nevada subject to the terms and conditions of the delivery order. The following specifications apply to this project. 1.1. LOCATION: The project site is located at Nellis Air Force Base, approximately nine miles north of Las Vegas, Nevada on US Highway 15. The exact location is (building 1300), the Mike O?Callaghan Federal Hospital (MOFH) located at 4700 N. Las Vegas Blvd. 1.2. DESCRIPTION OF WORK: The work to be accomplished under this delivery order shall include, but is not limited to the following. 1.2.1. The Contractor is responsible to verify all dimensions, flow rates, and utility requirements for this application. 1.2.2. The contractor shall complete all the work possible in preparation for the replacement prior to disconnecting the fire pump in order to reduce the period of time the MOFH is without fire pump coverage. In accordance with National Fire Protection Association (NFPA) Standards the hospital is required to post a fire watch 24 hours a day after four hours without the fire pump. The work shall be expedited once the old fire pump is taken out of service. 1.2.3. Survey all requirements for the removal and replacement of the existing fire pump and motor assembly. The pump and motor shall be of a horizontal configuration with the same flow rate as the existing assembly. The determination shall be based in accordance with the most current edition of the NFPA standards for fire protection systems. 1.2.4. Provide verbal reports to the facility and maintenance managers on your progress during the removal and installation process to keep them apprised of the current situation and any changes. 1.2.4.1. Provide a separate cost estimate for repairs required to systems other than the fire pump and motor i.e. valves, plumbing, fire alarm system interconnection etc. 1.3. QUALIFICATIONS: The contractor must have expertise in accomplishing the tasks identified in this SOW. If certification is required in accordance with the NFPA standards, proof of certification must be provided to contracting before work begins. 1.4. PERMITS: Contractor shall posses or obtain all permits necessary to accomplish this statement of work. A brazing, welding and cutting permit can be obtained from the MOFH safety officer in the facility management office in room L-217, Monday through Friday 0730 to 1630. 1.5. WASTE AND DISPOSAL: There are no waste or disposal areas available on the base. The contractor will make arrangements at an off-base location in accordance with local and state codes for disposal of waste generated from the site. 1.6. HAZARDOUS WASTE: Contractor shall provide documentation of final disposition of all hazardous wastes removed from site. This documentation shall be provided to the contracting office and a copy to the facility manager. 1.7. CLEAN UP: Contractor shall maintain the site free from construction debris and trash. Contractor is responsible for the clean up and removal of any debris generated as a result of their work. No trash or debris shall be disposed of on the base or any other federal lands, nor shall it be disposed of in violation of any municipal, county or state ordinances. 1.8. SECURITY: The contractor shall provide physical security for the materials and work under his control. The use of a lock box is an acceptable means. 1.8.1. Equipment and materials stored on the job site will be in mechanical room L-304 to prevent loss or theft. 1.9. FIRE PREVENTION AND PROTECTION: The contractor shall comply strictly with the installation fire regulations and become thoroughly familiar with the fire safety requirements applicable to this project. 1.9.1. A fire safety briefing will be provided by the Hospital Safety Officer prior to the beginning of work by the contractor. 1.10. FACILITIES DAMAGE: Contractor shall be responsible for any and all damage to existing buildings and facilities incurred by his work forces or equipment, and shall repair said damages to original condition. 1.11. COORDINATING AND SCHEDULING: In order for the work to progress smoothly and cause minimal difficulties, it will be necessary for the contractor to maintain close and active coordination and communication with the facility manager. 1.12. WORKING HOURS: Working hours for this contract shall be between the hours of 7:30 A.M. and 4:30 P.M., Monday through Friday, excluding federal holidays. If the contractor desires to work during periods other than the above hours a request must be made in writing to the facility manager. The contractor will list the desired dates and identify the work that will be accomplished if approval is given at least three days in advance. The facility manager may authorize the contractor to perform work during periods other than the normal duty hours/days; however, the contractor shall bear all cost and not increase costs to the Government. 1.13. SAFETY: The contractor shall observe safety and fire regulations. The construction shall be in accordance with the Occupational Safety and Health Act (OSHA) 29 CFR 1900.1200 (a.k.a. the right to know law). This publication can be obtained from the OSHA web site. 1.14. FINAL INSPECTION: The contractor shall request a final inspection, at least 24 hours in advance of the final inspection date. The contractor shall allow for enough time so that all work including final clean-up and inspection is completed within the normal working hours as identified in 1.12. "Working Hours". 1.15. UTILITIES: Water and electricity shall be furnished from existing outlets to the contractor by the government at no expense to the contractor. 1.16. AS-BUILT DRAWINGS: Contractor shall provide three paper sets and one electronic set of drawings of the completed installation to the facility manager at the final inspection. 1.17. SUBMITTALS: Manufacturers technical manuals for the new equipment installed. 1.18. HAUL ROUTE CLEAN-UP: Through mechanical room L-304 to the outside of the facility. ATTACHMENT 2 94-2331 NV,LAS VEGAS WAGE DETERMINATION NO: 94-2331 REV (28) AREA: NV,LAS VEGAS HEALTH AND WELFARE LEVEL - INSURANCE ONLY **OTHER WELFARE LEVEL WD:94-2332 ****************************************************************************** REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 1994-2331 William W.Gross Division of | Revision No.: 28 Director Wage Determinations| Date Of Revision: 05/23/2006 _______________________________________|_______________________________________ States: Arizona, Nevada Area: Arizona County of Mohave Nevada Counties of Clark, Esmeralda, Lincoln, Nye _______________________________________________________________________________
 
Record
SN01274906-W 20070419/070417220534 (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.