Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOLICITATION NOTICE

41 -- Remove and Dispose Portable Air Conditioners

Notice Date
1/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4DTCB8344A001
 
Response Due
2/6/2009 12:00:00 PM
 
Archive Date
2/21/2009
 
Point of Contact
Christina R. Rojas,, Phone: 8056053933, Kristina V Mercer,, Phone: 805-605-7040
 
E-Mail Address
Christina.Rojas@vandenberg.af.mil, kristina.mercer@vandenberg.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) #F4DTCB8344A001. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This procurement is being issued as a 100% Service-Disabled Veteran-Owned Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-28 and DFARS Change Notice 20081218. North American Industrial Classification Standard (NAICS) 238220 and Size Standard $13M apply to this procurement. Project Number: F4DTCB8344A001 Project Title: Remove and Dispose Portable Air Conditioners 1. Quote shall include estimation of period of performance based on site visit at Vandenberg AFB. 2. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template is available upon request. 3. Quotes shall be valid for 30 days after close of solicitation. 4. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is Christina Rojas, Christina.Rojas@vandenberg.af.mil. 5. A site visit will be conducted on 15 Jan 08 at 1:00 pm pst. Please e-mail Christina Rojas if you plan to attend. The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs: CLIN 0001 Remove and dispose of PAC (Portable Air Conditioners) units 12 and 13 from B8510 Rm 180D, while maintaining functionality of PAC unit 9 in rm 180C. CLIN 0002 Remove and dispose of (2) PDU's (Power Distribution Units) and the associated wiring. The following provisions and clauses apply to this acquisition: FAR 52.204-9: Personal Identity Verification of Contractor Personnel FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segrated Facility FAR 52.242-15 Stop Work Order FAR 252.204-7004 Alt A Central Contractor Registration FAR 225.225-7001 Buy American Act FAR 52.22-42 Statement of Equivalent Rates for Federal Hires FAR 52.252-2 Clauses Incorporated by Reference FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Dev. Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration. FAR 52.233-3 Protest After Award FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm DFARS 252.204-7004 Alta A Central Contractor Registration DFARS 252.212-7001 dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests AFFARS 5352.201.9101 Ombudsman Contact: AFSPC/A7KO, 719-554-5250, afspc.a7k@peterson.af.mil AFFARS 5352.223-9001 Health & Safety on Gov't Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations CONS G-800 Memorandum for Vandenberg AFB Contractors All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes must be sent to Christina Rojas at Christina.Rojas@vandenberg.af.mil or faxed to 805-606-5193 no later than 12:00 PM PST on 6 Feb 09. Please e-mail Christina Rojas at Christina.Rojas@vandenberg.af.mil for technical drawings. STATEMENT OF WORK Removal of PAC units 12 and 13 in B8510 room 180D 20 Jan 09 1.0 Introduction/Background: 1 ASTS is expanding and upgrading the Consolidated Launch Control Room (CLCC), B8510 room 180D Vandenberg AFB CA. To make room for Ground Support Equipment (GSE) that launch teams will be using to control launch vehicles, space will need to be freed up. 2.0 Objectives: The objective of this task is two-fold: 2.1 Remove Process Air Conditioners (PAC) units 12 and 13 from B8510 room 180D while maintaining functionality of PAC unit 9 in room 180C. 2.1.1 Remove PAC unit's #12 and #13 and source power wiring between Room 190 and 180D. Breakers in room 190 to be labeled "Spare". Conduit to be cut just above ceiling in room 180D. All associated wiring, conduit, and disconnect switches below ceiling and floor in Room 180D are to be removed, being careful not to remove or disturb other under floor circuits or COMM lines. 2.1.2 Contractor will need to isolate chilled water loop, drain and capture. Once PAC #13 is remove loop will be severed. Reconnect loop above false ceiling in room 180D to keep active for PAC #9 in room 180C. Cut and cap chilled water supply and return lines within one foot of main loop supply and return lines above room 197. Contractor will need to return drained glycol back to the chilled water loop and dispose of the rest per environmental requirements. 2.1.3 Transport PAC units #12 and #13 to DRMO. (DMRO-Bldg. 7420, 805-606-9852) 2.1.4 Repair floor under where PPU's and PAC's were installed. This should also include floor tiles where chilled water lines and power conduits created holes as a result of this project. Floor is believed to be in sound condition with jacks and floor trusses in place. Contractor will need to verify. Some floor jacks, truss supports, and gaskets are on site can be used if necessary. There are adequate numbers of floor tiles on site, but approximately four each will need to be cut to size. (Contact Facility Manager Randal Hunt, 805-605-2794 for floor tiles) 2.1.5 Reference Attachment 2 & 3 for further detail. 2.2 Remove Two Power Distribution Units (PDU) and the associated wiring. 2.2.1 Remove (2) PDUs 100-3 and 200-3 in room 180D and the source wiring back to UPS in Room 190. Leave pull string in each conduit for future use. Cut conduit just above ceiling line in Room 180D. (2) Two breakers in Room 190 to be labeled "Spare". 2.2.2 Reference Attachment 1, drawing 800VR160009 for further detail. 2.2.3 Remove all Room 180D PDU output power conduits and wiring "under the floor" including two each emergency shut off switches and related conduit, being careful not to remove or disturb other under floor circuits or COMM lines. Due to no accurate drawings of these circuits contractors will have to estimate the number of circuits base of panel schedule details, which there are a combined total of 24 each 10 amp circuits. All circuits in question within Room 180D. 2.2.4 Once the PDU's in Room 180D have been removed they can be delivered to DRMO on base. 3.0 Requirements: The contractor shall provide the necessary personnel, equipment, tools, materials, and work effort to remove the two PAC units (12 & 13) from B8510 room 180D and the two PDUs. 3.1 This effort requires a through walk down, by appointment with the facility manager, to identify all power sources and glycol lines to be disconnected/removed or reconfigured. 3.2 All work that will impact facility power and water will be coordinated and scheduled with the facility manager. 3.3 This effort includes removing excess glycol lines attached to the units in such a way as to ensure the continued use of PAC unit 9 in room 180C (next to 180D). 3.4 Excess glycol and glycol contaminated materials will be removed and disposed of in a manner consistent with state and local environmental regulations. 3.5 Upon completion of all plumbing work a leakage test must be completed and reported to the facility manager. 3.6 All wiring will be removed and disposed of at DRMO. 3.7 All wire ways will be removed so that they terminate above the drop ceiling in 180D and to a safe height in the facility electrical rooms. 3.8 A pull rope will be left in place in each abandoned conduit for possible future installs. 3.9 All disconnected circuits will have their circuit breakers tagged as spares. 3.10 All electrical work shall comply with NEC standards. 3.11 All work shall be accomplished in accordance with all contract specifications, common work practices, and industry and OSHA standards. 3.12 Facility drawings will be "redlined" to show changes to the PDU and PAC systems (glycol/power). 3.13 Facility escorts will be provided by the 1 ASTS. The contractor will not need personnel with facility badges. 4.0 References: Building 8510 facility drawings, room drawing (below), mechanical drawings and electrical drawings. Please e-mail me at Christina.Rojas@vandenberg.af.mil to receive copies of drawings.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0228714ac5a6918c90c6b04554ee818c&tab=core&_cview=1)
 
Place of Performance
Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN01738641-W 20090129/090127215513-0228714ac5a6918c90c6b04554ee818c (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.