Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

46 -- Saline Chlorination System for Base Pool

Notice Date
7/11/2007
 
Notice Type
Modification
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4613-07-Q-0009
 
Response Due
7/24/2007
 
Archive Date
8/8/2007
 
Point of Contact
Kate Schaumann, Contract Specialist, Phone 307-773-2454, Fax 307-773-4636, - Aldo Girany, Contract Specialist, Phone 307-773-5671, Fax 307-773-4636,
 
E-Mail Address
kate.schaumann@warren.af.mil, aldo.girany@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a commercial purchase of equipment with installation. It is a 100% small business set aside. A site visit is suggested but not required. See attached pictures and send any questions to the POCs listed on this notice. Please send quotations to Aldo Girany by 16:30 on July 24, 2007 as Kate Schaumann will be out of the office on the date this solicitation closes. These quotes can be sent by e mail or by fax to Mr. Aldo (Fred) Girany. Kate Schaumann will be in the office until 15:30 July 19, 2007 and will take phone calls and e mails with questions on this solicitation until that date. Contracting officer in charge of this solicitation is Carroll Vye (Carroll.Vye@warren.af.mil)307-773-3689 5-Jun-07 STATEMENT OF WORK FOR INSTALLATION OF SALINE POOL SANITATION SYSTEMS AT BLDG 217 F.E. WARREN AFB, WY GHLN 071061 SECTION 1: SCOPE OF WORK 1.1 SCOPE: The work to be performed under these specifications consist of furnishing all parts, material, supplies, equipment, labor, and transportation, necessary to accomplish: installation of three saline pool sanitations systems, one in the base lap pool, one in the wadding pool and one in the Spa at bldg 217, F. E. Warren AFB, WY. The systems will consist of the hardware to sanitize the three pools and provide a central control system that will test and adjust the pools. SECTION 2: SPECIFIC REQUIREMENTS 2.1 BACKGROUND: The Base pool is an indoor 125,000 gals in ground pool. The wadding pool contains 930 gals. The Spa contains 700 gals. Present control system is a CAT 2000+ with ?puck? type chemical feed (see pictures), with a ORP sensor. 2.2 NEW SYSTEM: Shall be a saline pool sanitation system. This statement of work is based on the product listed in 2.2.1. 2.2.1 The new sanitation systems for the pool, spa and wadding pool are based on the following products. Acu-Trol AK600PS-A-3 controller and sensors. It is the main control for the three pool ChlorKing Saline generators (1 each 10#/day generator for pool and 2 ea 2.5# generators for the spa and wadding pool). AKColor sensor for free, total and combined chlorine measurement. 2.2.2 The above is not the only Saline system that would meet the needs of the government, but the offeror will have to demonstrate their system is equal to the system in section 2.2.1. 2.3 DEMOLITION: Demolish the chlorination system for each of the following pools, to include the control system. See photo in section 4. The filtration system and circulation pumps shall remain and be reused. 2.3.1 Lap Pool 2.3.2 Wadding Pool 2.3.3 Spa 2.4 INSTALLATION: 2.4.1 Electrical: The main power for the facility enters the mechanical room where the circulation pumps, filtration system and make up water for all three (pool, spa and wadding pool). The contract shall provide an electrical sub-panel sufficient to support the equipment being installed. Conduit, breakers and wires shall be installed as required. 2.4.2 Lap Pool: Shall have the following attributes 2.4.1.1 Controller: 2.4.1.2 Saline Chlorination System 2.4.1.3 Sensors: a. pH/ORP sensor b. Temperature sensor c. Automatic sensor for free, total and combined chlorine d. Automatic water level sensor e. Flow sensor 2.4.3 Wadding Pool: Shall have the following attributes 2.4.2.1 Controller: 2.4.2.2 Saline Chlorination System 2.4.2.3 Sensors: a. pH/ORP sensor b. Temperature sensor c. Automatic sensor for free, total and combined chlorine d. Automatic water level sensor e. Flow sensor 2.4.3 Spa: Shall have the following attributes 2.4.3.1 Controller: 2.4.3.2 Saline Chlorination System 2.4.3.3 Sensors: a. pH/ORP sensor b. Temperature sensor c. Automatic sensor for free, total and combined chlorine d. Automatic water level sensor e. Flow sensor 2.5 SUPPLIES: Supply a six months supply (under normal use) of all chemicals and materials needed for normal operation and maintenance of the equipment installed under this contract. Submit an MSDS for each of the chemicals with the proposal. 2.6 TRAINING: The contractor shall provide 4 hrs (for 5 people) of training on the system. 2.7 SUBMITTALS: 2.7.1 If the proposed system is different than the one in section 2.2.1 then the following items shall be submitted with the proposal. a. Manufacturer's data sheets on each equipment item or product listed in section 2.4 b. Material Safety Data Sheet for all chemicals an reagents c. Estimated Operating cost for chemicals and materials 2.7.2 Submitted after award: O&M manuals to include periodic maintenance, ordering data for replacement parts and Manufacturer's data sheets on each equipment item or product listed in section 2.4. SECTION 3: GENERAL REQUIREMENTS 3.1 COORDINATION: The Contractor shall be responsible for coordinating all phases of his/her operations with the appropriate Base personnel through the Contracting Officer or his/her authorized representative. The facilities shall remain in operation while the contractor is working, and it is up to the contractor to coordinate around the normal activities of the facility. Advance notice of not less than 72 hours will be given to the authorized representative at 307-773-6105. 3.2 BASE IDENTIFICATION CARD: The Contractor's workers shall obtain a base ID card (requires a valid drivers license or picture ID). The Contractor must send a letter to Contracting on company letterhead requesting an ID for all of his employees to work on F. E. Warren AFB. The letter will be forwarded to PASS & ID in bldg. 232. Once letter is posted, the employee can go to bldg 232 to get the ID made. The contractor shall turn in pass and identification items of employees who are terminated or leave the employ of the contractor. FYI Names submitted for, a base I.D., are subject to a computer background check for wants and warrants. 3.3 SAFETY: All regulation pertaining to safety as noted in the Corps of Engineers Manual EM 385 1 1, OSHA Standards, and Base regulations shall be strictly adhered to by the contractor. Particular care shall be exercised in connection with operation of vehicles and other equipment on the site. Safety barriers and equipment shall be provided by the contractor as required. Ladders, scaffolding and other equipment shall not be left unattended at the job site. 3.4 DEMOLITION AND DISPOSAL: All scrap and debris shall be removed from the job site each day and disposed of off Base (unless otherwise stated in Section I). The contractor shall remove all rubbish and accumulated materials and scrap from the premises, leaving the job site in a clean, acceptable condition. Any adjacent areas which are damaged by the contractor due to demolition or removal shall be repaired to the satisfaction of the Contracting Officer or his/her authorized representative, or replaced. 3.5 VACATING WORK AREA: During exercises, natural disaster, and national emergencies or for security reasons, the contractor may be required to vacate a work area. 3.6 CONTRACTOR EXPERIENCE: Installer Qualifications: Products listed in Section 2 shall be installed by a single organization with at least five (5) years experience successfully installing insulation on projects of similar type and scope as specified. 3.7 SMOKING: No smoking is allowed in government buildings. The contractor and his/her employees can smoke at designated areas outside the building, or in his/her vehicle. 3.8 HAZARDOUS MATERIALS: Submit a Material Safety Data Sheet (MSDS) for each chemical/compound proposed for this project to the Base Bioenvironmental office (90 AMS/SGPB) for review and approval prior to delivery to the Base. A hazardous material is defined in Federal Standard DED-STD-313C (Tables I&II). The definition of materials presenting a health hazard or physical hazard is found in 20 Code of Federal Regulations (CFR) 1910.1200(c). The contractor must compile a ?Hazardous Materials Report? containing description of the hazardous material, brand name, part number, SSL No., unit of issue, quantity issued/used and person(s) issued to. Submit the report at the end of the job to the Contracting Officer. Products containing urea-formaldehyde shall not be permitted. Chlorofluorocarbons (CFCs)/HCFCs: Products and equipment requiring or using CFCs or HCFCs during the manufacturing process shall not be permitted. 3.9 RECYCLED MATERIALS: The contractor is urged to recycle or use recycled material where ever possible. He is required to use concrete and insulation with 10% recycled material unless the cost or availability is unreasonable. If recycled material is used, the Contractor must submit a report at the end of the job listing the total quantity of recycled material used to the Contracting Officer. 3.10 PROTECTION OF PROPERTY: The contractor shall be responsible to check and determine that all necessary precautions have been taken to protect all property, both Government and private, in all areas where this contract is being accomplished. Damage caused from failure by the contractor to exercise care in the performance of work shall be immediately repaired to the satisfaction of the Contracting Officer or designated representative without additional cost to the government. 3.11 CLEANUP: The areas where work is in progress shall be kept as neat and clean as is consistent with the work in progress. Material wrappings, containers, etc., which might be scattered by wind or become a hazard to pedestrians shall be placed in appropriate containers, disposed of or otherwise secured. 3.12 WORK SCHEDULE: Working hours for the contractor will normally be between the hours of 7:30 and 4:30 p.m. excluding Saturdays, Sundays and Federal holidays. If the contractor desires to work during periods other than above, additional Government inspection forces may be required. The contractor must notify the Contracting Officer or designated representative three days in advance of intention to work during other periods to allow assignment of additional inspection forces when the Contracting Officer determines that they are reasonably available. If such force is reasonably available, the Contracting Officer or designated representative may authorize the contractor to perform work during periods other than normal duty hours/days; however, if inspectors are required to perform in excess of their normal duty hours/days solely for the benefit of the contractor, the actual cost of inspection at overtime rates will be charged to the contractor and will be deducted from the final payment of the contract amount. 3.13 AVAILABILITY OF UTILITY SERVICES: All reasonable quantities of utilities will be made available to the contractor without charge. Any temporary lines or connections that may be required will be installed, maintained and removed by the Contractor at their own expense and in a manner satisfactory to the Contracting Officer or designated representative. Removal of such connections of lines will be accomplished by the contractor prior to final acceptance of the construction. 3.14 START OF WORK: The date for actual start of work will be coordinated between the contractor, Contracting Officer or designated representative and supervisory personnel in the building after the contractor determines when all materials and equipment for the project will be received. 3.15 WELDING/CUTTING TORCH PERMIT: A welding/cutting permit is needed from the Base Fire Department (307-775-2931) prior to welding or using a device producing an open flame. 3.16 DELIVERY, STORAGE, AND HANDLING: Store products in manufacturer's unopened packaging until ready for installation. Store products in protected area not exposed to weather and at temperature conditions recommended by manufacturer. SECTION 4: DRAWING AND PHOTOS Photos are available and will be provided by e mail upon request. A quotation sheet for the line items will also be provided upon request
 
Place of Performance
Address: F.E. Warren AFB, Cheyenne, WY
Zip Code: 82005
Country: UNITED STATES
 
Record
SN01339407-W 20070713/070711224053 (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.