Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
SOLICITATION NOTICE

45 -- REPAIR BACKFLOW PREVENTERS AT WEST VIRGINIA AIR NATIONAL GUARD BASE (YEAGER), CHARLESTON, WV. THIS REQUIREMENT IS SET ASIDE FOR AWARD UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM IAW FEDERAL ACQUISITION REGULATION PART 19.

Notice Date
7/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 130 AW/LGC, WEST VIRGINIA AIR NATIONAL GUARD, 130 AW/LGC, West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36, Charleston, WV 25311-5010
 
ZIP Code
25311-5010
 
Solicitation Number
W912L8-08-R-0011
 
Response Due
7/29/2008
 
Archive Date
9/27/2008
 
Point of Contact
Tina Kubik, (304) 341-6292
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is further set aside for Small Business Competitive Demonstration Program in accordance with Federal Acquisition Regulation (FAR) 19.10. The solicitation (W912L8-08-R-0011) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. NAICS code is 238220; size standard is $13million. The contractor shall provide all necessary personnel, equipment, and materials required to repair base backflow preventers. All work performed shall be conducted in accordance with all applicable state and federal laws and regulations. This project will require the Contractor's personnel to enter and work in certain areas of the base that are secured areas. Access to these areas shall be coordinated between the contractor and facility managers through the Base Civil Engineer's Representative. Contract personnel shall be issued a visitor badge upon entry to the base. These badges will be issued daily and must be returned to the Guard Gate at the end of each day. Normal business hours are 7:30 a.m. - 4:30 p.m M-F. Daily removal of debris shall be accomplished at the end of each work day. The contractor shall contact the Base Fire Department at (304) 341-6128 to receive the Burning and Welding Permit prior to starting any operations that produce a spark or flame such as burning, welding, grinding, cutting, or drilling. Utilities shall be made safe prior to the start of any work. The Contractor shall verify all pipe sizes and materials prior to ordering the new or replacement components. Smoking is not permitted in any facility on base. The Fuel Storage Farm and Aircraft Parking Apron are designated no smoking areas. The contractor shall demolish the existing plumbing and insulation at each location to the minimum required to install the new backflow prevention units. Facility drawings are available and Table 3-2 of the SOW identifies recommended materials. The tasks in the SOW are as follows: a. Bldg 105, 105-01, install an approved double check (DC) backflow prevention device in the existing 1-1/2 inch copper water supply riser located in room 107. Device should be designed for vertical install (VI). b. Bldg 107, 107-01, install an approved reduced pressure (RP) backflow prevention Device (BPD), in the existing 4 inch steel water supply riser located in room 107. VI c. Building 107, 107-05, install an approved RP BPD in the existing 1/2 inch copper cold water supply line feeding the non-destructive inspection equipment located in rm 111. Vertical or Horizontal installation (V/H) d. Building 107, 107-06, install an approved RP BPD in the existing 1/2 inch copper hot water supply line feeding the non-destructive inspection equipment located in rm 111. V/H e. Bldg 109, 109-01, install an approved DC BPD in the existing 1/1/2 inch copper water supply riser located in rm 110. VI f. Bldg 111, 111-01, install an approved DC BPD in the existing 1 inch copper water supply riser located in rm 104. HI g. Bldg 121, 121-02, install an approved RP BPD in the existing 4 inch steel, fire suppression riser located in rm 118. VI h. Bldg 121, 121-03, install an approved RP BPD in the existing 1/2 inch copper water line feeding the Hydraulic Test Stand Equipment located in rm 105. V/H i. Bldg 128, 128-02, install an approved RP BPD in the existing 1-1/2 inch copper water supply riser located in rm 111. HI j. Bldg 130, 130-02, install an approved double check (DC) BPD in the existing 2 inch copper water supply riser located in room g-19. VI k. Bldg, 132, 130-01, install an approved double check valve with atmospheric vent (VDuC) BPD in the existing 1 inch copper water supply riser located in facility restroom. This device should be designated for vertical installation. The contractor will have to install this device in the wall and provide an access panel at the installation location. l. Bldg 133, 133-01, install an approved RP BPD in the existing 3/4 inch copper water line that feeds the boiler system located in rm 111. HI m. Bldg 133, 133-03, install an approved reduced pressure BPD in the existing 1/2 inch copper water line that feeds the Wash Bay soap dispenser system located in rm 122. HI n. Bldg 134, 133-02, install RP BPD in existing 2 inch copper water supply riser in rm 124. VI o. Bldg 136, 136-093, install RP in existing 2 inch copper wsr located in rm b. VI p. Bldg 140, 145-01, install RP BPD in 1 inch copper wsr in room b. VI q. Bldg 141, 141-02, install RP BPD in 3 inch copper wsr in rm 1163. VI r. Bldg 144, 144-02, install RP BPD in 2 inch copper wsr in rm 103. VI s. Bldg 145, 145-02, install RP BPD in 2 inch copper wsr in rm 103. VI t. Bldg 420, 420-02, install RP BPD in 2 inch copper supply by-pass line in rm 111. HI Waste Disposal and Site Clean Up: Contractor shall dispose of all metal, wood, plastics, insulation, packaging and/or other demolition or construction debris at an off base location in compliance with State and Federal regulatory guidelines. All testable devices shall be tested and certified per industry standards and tagged. The contractor shall provide test methods and results to the Base Civil Engineer. The contractor shall not be required to test or x-ray and welds but shall provide a copy of the welders state certification to the Base Civil Engineer. All work must be accomplished within 59 days after receipt of award. Bonds required within 10 days after receipt of award. Contractor will be required to submit material submittals within 10 days of award, along with Material Safety Data Sheets, etc. Award will be made based on the lowest, technically acceptable offer received. Offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, with its offer. In addition to the provisions provided thru FAC 2005-26, the following provisions apply (commercial items & Small Business Demonstration Program): 52.212-1, 52.212-4, 52.212-5, 52.219-19, 52.219-20, 52.219-21. Offers are due to the Contracting Officer by close of business 29 Jul 08. Offerors who are not registered in the Central Contractor Registration (CCR) database (online www.ccr.gov -- PH (800)334-3414) prior to award MUST become registered to become eligible for award. Offers may be emailed to tina.kubik@wvchar.ang.af.mil but contractor must, in turn, receive a confirmation email from the Contracting Officer to assure delivery. Offers may be mailed or hand delivered. Contact the Contracting Officer, Tina Kubik, (304) 341-6292 for consideration of any other delivery methods.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f29654da83b30cdbeed6e21d2dcfaf0&tab=core&_cview=1)
 
Place of Performance
Address: 130 AW/LGC West Virginia Air National Guard, 1679 Coonskin Drive, Unit 36 Charleston WV
Zip Code: 25311-5010
 
Record
SN01613882-W 20080717/080715221905-8f29654da83b30cdbeed6e21d2dcfaf0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.