Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

J -- Oil Switch Replacement

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
144 FW/LGC, 5323 East McKinley Avenue, Fresno ANG Base, Fresno, CA 93727-2199
 
ZIP Code
93727-2199
 
Solicitation Number
W912LA-07-T-6012
 
Response Due
9/13/2007
 
Archive Date
11/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes a re being requested and a written solicitation will not be issued. Solicitation Number #: W912LA-07-T-6012 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-19. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 238210. CLIN 0001: Replacement of Oil Switch FFP QTY: 1 U/I: Each To Include all parts and labor required to replace oil switch XFS - 4, or equal. See Statement of Work for more information. PURCHASE REQUEST NUMBER: F6W3CE7218AQ01 CLIN 0002: Replacement of 1650 of Defective UG Cable FFP QTY: 1 U/I: Each To include all parts and labor required to replace 1650 feet of defective UG cable, or equal. See Statement of Work for more information. PURCHASE REQUEST NUMBER: F6W3CE7218AQ01 CLIN 0003: Installation of Flange FFP QTY: 1 U/I: Each To include all parts and labor required to install 6 inch flange on HV Switch and manhole, or equal. See Statement of Work for more information. PURCHASE REQUEST NUMBER: F6W3CE7218AQ01 STATEMENT OF WORK FOR REPLACE OIL SWITCH XFS-4 AT FRESNO ANG BASE 1. GENERAL: 1.1 The contractor shall provide all materials, equipment, labor, etc., necessary to perform the work as described in the statement of work. All work shall conform to all applicable codes and accepted industry standards. 1.1.1 If the costs will exceed the quoted amount submitted by the Contractor. The Contractor will contact the COR for approval to proceed with repairs prior to making any additional repairs. 1.4 The contractor shall provide a list of contract personnel names, social security numbers and contractor or subcontractor names to the Base Civil Engineer office for access to the base. Names shall be submitted on a Contractor Access Roster (attached) and must be received by COB every Thursday for access to the installation starting the following week. 1.5 Contract Officer Representative (COR): CMSgt Michael V. Scott, 559-454-5137 1.6 Prior to any work commencing or a notice to proceed issued a meeting will be scheduled for the contractor to be briefed by: 1.6.1 Civil Engineering 1.6.2 Base Fire Department 1.6.3 Security Forces 1.6.4 Base Safety 2. PRODUCTS: 2.1 12 KV Air Isolation Switch 3. EXECUTION: 3.1 All work shall be executed in accordance with the best practices of the trade and the entire project shall be completed within the 30 days from NTP. 3.1.1 All work to be completed from start to finish. 3.1.2 All work will be accomplished on the weekend so as not to impact operations. 3.2 Contractor will perform the following: 3.2.1 Remove existing oil switch and dispose of switch. 3.2.2 Raise level of new switch foot print 6 and with flange grout in flange. 3.2.3 Install new S & C Vista series pad mount switch or equal. 3.2.3.1 Equipped with load break elbows. 3.2.3.2 Equipped with SF-6 insulating gas. 3.2.4 Replace cable and connectors as necessary from new switch to manhole with load break elbows. 3.2.4.1 Reconnect 3 existing cables running from XFS-2 to new switch with load break elbows. 3.2.4.2 Reconnect 3 existing cables running from XFS-4 to manhole that provide service to facilities. 3.2.5 Remove and replace 3 cable underground High Voltage circuit from the manhole at switch XFS-4 to the manhole at switch XFS-3. 3.2.5.1 Provide and install 3 each of approximately 550 feet of 1/0 133% rate 15KV rate aluminum cable in existing conduit. 3.2.5.2 Provide and install new splice junctions with connectors in existing manholes MH-W3 and MH-W4 3.2.5.3 Fire tape al l cable connections in manhole. 3.2.5.4 High Pot cables and load break elbows. 3.2.6 Install a 6 flange on manhole lid at XFS-4. Seal flange to existing concrete and grout edges round. 3.2.7 Provided grounding as required 3.2.8 Contractor to field verify all wire sizes and splices and connectors. 3.2.9 Overtime included as necessary. 3.2.10 See attached Simplified 12 KV drawing for additional information 3.3 Contractor shall include in proposal other necessary items of work to provide a proper finished product. Items required in the opinion of the contractor that are not detailed in this statement of work, shall be generally described in the proposal. DESIRED DELIVERY: NLT 30 DAYS ADC DELIVERY/PERFORMANCE LOCATION(S): FRESNO, CALIFORNIA The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors  Commercial. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations an d Certifications - Commercial Items, and 252.225-7000,Buy American ActBalance of Payments Program Certificate (Jun 2005). The following additional FAR Clauses are Incorporated by Full Text: 52.252-2, Clauses Incorporated by Reference (Feb 1998), 52.252-5, Authorized Deviations in Provisions (APR 1984), 52.252-6, Authorized Deviations in Clauses (APR 1984), and 252.204-7006, Billing Instructions (Oct 2005). The following FAR Clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Mar 2007) (Deviation) shall apply (as applicable): 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52. 222-39, 52.222-41, and 52.247-64. The following DFARS Clauses in paragraph (a) of DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2007) shall apply (as applicable): 252.225-701 4, 252.237-7019, 252.247-7023 and 252.247-7024. The following FAR and DFARS Clauses are incorporated by reference: 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification of Contractor Personnel NOV 2006 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-41 Service Contract Act Of 1965, As Amended JUL 2005 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment FEB 2002 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.239-1 Privacy or Security Safeguards AUG 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.232-7003 Electronic Submission of Payment Requests MAR 2007 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 Please include the Del ivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR and DFARS clauses may be electronically accessed at http://farsite.hill.af.mil as per 52.252-2, Clauses Incorporated by Reference. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. POC for this award is TSgt Cheryl A. Fit ch at 559-454-5129. Please submit all questions or concerns in writing to Cheryl.fitch@cafres.ang.af.mil. All questions must be submitted NLT 7SEP 2007. Quotes can be faxed to 559-454-5118 or e-mailed to the above-mentioned addresses(s). Quotes will be considered late if not received by 13 SEP 2007 @ 0900 hrs.
 
Place of Performance
Address: 144 FW/LGC 5323 East McKinley Avenue, Fresno ANG Base Fresno CA
Zip Code: 93727-2199
Country: US
 
Record
SN01389376-W 20070831/070829221748 (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.