Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

Z -- JUDGES ELEVATOR REPAIR - Elevator Drawings

Notice Date
5/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Regional Procurement Office (4PM), 401 West Peachtree Street, NW, Atlanta, Georgia, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-09-RA-C-0068
 
Archive Date
6/18/2009
 
Point of Contact
Catherine Brasher, Phone: 865-545-4330, Marcy V Ball, Phone: 865-545-4330
 
E-Mail Address
catherine.brasher@gsa.gov, marcyv.ball@gsa.gov
(catherine.brasher@gsa.gov, marcyv.ball@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings SCOPE OF WORK Bidders shall include all labor, materials, demolition and services required for the complete removal of the existing hydraulic jack assembly and oil and installation of new hydraulic jack assembly and hydraulic oil. The Contractor assumes control of any equipment/material/fluids replaced. In addition, the Contractor is responsible for the removal of any old equipment/ material / fluids from the site. No additional compensation will be allowed for unforeseen conditions of any kind or spoil removal. These specifications cover replacement of the existing elevator hydraulic jack assembly in a first-class workmanlike manner, in accordance with the drawings and as specified herein. The Contractor shall include all demolition, labor and materials. All work, unless specifically excluded by this specification, shall be completed in accordance with the requirements of the ASME A17.1 Safety Code for Elevators and Escalators, the Resource Conservation and Recovery Act (RCRA) regulations and any codes which may govern the requirements of the installation including all revisions and authorized standards to date. 1.1 SPECIAL REQUIREMENTS: A. Remove existing cylinder and limit damage in order to determine cause of failure. Cylinder shall be stored until GSA's Regional Elevator Specialist has reviewed condition. B. Remove all oil from well hole casing and cylinder and install in approved containers that meet federal disposal regulations. Soil Remediation under EPA RCRA (Resource Conservation and Recovery ACT) is not applicable due to contamination not being a reportable quantity (RC). Remediation must still follow RCRA 40 CFR Part 261 Subpart C and Parts 262, 263, and 268 in particular. C. Install new PVC casing as required and if space is provided, within existing casing. Include cost for removal of existing casing. Provide break-out cost for casing replacement. D. Contractor shall determine the manpower required for this removal and installation. E. Contractor shall be allowed a maximum of fifteen (15) working days to complete the work. Working days includes days spent working during after hours. F. No changes to contract sum or contract time shall be made for natural subsoil conditions. Man-made obstacles encountered shall be handled per provisions of Contract for changes in work. G. All spoils shall be immediately removed from property and disposed of. 1.2. WORK HOURS The Contractor is advised that all work will be performed during normal working days except where noted in section 1.4 below. 1.3. WORK SEQUENCE Contractor is advised to make preparations for coordination of its work with that of other Trades, GSA as well as the Court's representative and the Court in Session schedule. 1.4. OCCUPIED BUILDING. A. Contractor understands that the project location will be occupied during the time period this project will be performed. Contractor will conduct itself accordingly, and will give appropriate consideration to the occupants while performing the Work, especially regarding noise, dust, and debris. B. GSA may, at its discretion, require that any work may be performed during the building's off-hours if deemed to obtrusive for regular hours. There shall be no additional charge for this work; all costs including but not limited to the overtime labor premium shall be included in the base bid. C. The following work is identified as work that will be performed during off-hours. 1. All jack-hammering. 2. All work that requires burning 3. Any work that would result in a level of noise incompatible with conducting business in the building. 1.5. TEMPORARY BARRIER PROTECTION A. The Contractor shall provide protection, barricades and coverings required by applicable Codes, and shall maintain protection during the work -- removing same when completed. B. Barrier materials and construction, where dust and accident prevention are required, shall be rigid, durable and maintained in a presentable condition as approved by the Owner. 1.6. HOISTING EQUIPMENT AND ELEVATOR SUSPENSION A. The Contractor shall furnish adequate equipment and use great care in the hoisting and handling of materials and equipment so as not to damage adjacent and existing construction. All damage to the existing building, adjacent structures, walks, drives and facilities caused by the Contractor's work shall be repaired by the Contractor, at no additional cost to the GSA. B. Suspend elevator cab in overhead using two methods of suspension concurrently. 1.7. PRE-BID MEETING Contractors shall be given the opportunity to review unit before submitting bids. SITE VISIT: May 27, 2009 11:00 a.m. EST This is the only scheduled Site Visit for this job and, as walkthroughs could vary, GSA is not responsible if the initial Site Visit cannot be attended. The Contractor is responsible for visiting the site, prior to the repair work beginning, to understand the breadth of the project and will not be relieved of any misunderstanding of the scope. If attendance on this date is unachievable, please contact Catherine Brasher at 865 545 4330 to schedule a time to view the work site. 1.8. PRE-CONSTRUCTION MEETING A. A pre-construction meeting shall be scheduled by the GSA Project Manager. B. Required Attendance: 1. Court's Representative 2. GSA's Elevator Specialist 3. GSA Project Manager/Property Manager 4. Contractor. 5. Subcontractor(s). 6. Building's Maintenance Representative C. Agenda: 1. Tentative construction schedule. 2. Critical work sequencing. 3. Designation of responsible personnel. 4. Establishment of a chain of authority. 5. Processing of field decisions and change orders. 6. Elevator product information: 1.9. CONSTRUCTION SCHEDULE A. The Contractor shall submit a complete schedule of the work to be performed under this specification. The schedule shall show time lines for completion of installation. B. The Contractor shall submit a schedule of working hours, including after-hours, to the GSA for approval. The schedule is subject to approval and revisions by the GSA. 2.0 MATERIAL Jack Unit: The jack unit shall be designed and constructed in accordance with the applicable requirements of the ASME A17.1 Code; Sized to lift the gross load to height specified; Factory tested to insure adequate strength and freedom from leakage; No brittle material, such as gray cast iron, shall be used in the jack construction. Cylinder 1. The plunger shall be Heavy seamless steel tubing accurately turned and polished. The bottom of the plunger shall be fitted with a heavy steel disc welded in place and provided with a suitable extended edge to provide a positive stop designed to prevent the plunger from leaving the cylinder. The top of the plunger shall be provided with an internal welded steel disc drilled and tapped for fastening the plunger to the car ram header. 2. The cylinder shall be machined from steel pipe with a machined flange at the upper end and a heavy steel bulkhead welded in the lower end. Each section of the cylinder shall be threaded. Each threaded section shall be welded by a certified welder when coupled. The cylinder shall be provided with suitable steel fittings for connecting at an oil line and with an air bleeder. 3. A steel packing gland with a phenolic guide bearing, a wiper ring and packing especially designed for hydraulic elevator service shall be provided. An oil collector system shall be furnished to return the oil leakage back to the storage tank. 4. Drip ring around cylinder top. 5. The cylinder installation shall proceed in the following manner: a. The cylinder shall not be less than twelve inches smaller in diameter than the diameter of the casing. b. The cylinder shall be placed in a PVC sleeve capped at the bottom. c. The PVC shall be not less than four to six inches in diameter greater than the diameter of the cylinder. d. The cylinder shall rest on the capped bottom of the PVC sleeve. e. The area between the PVC and casing will be backfilled with clean sand to a distance of not less than three feet from the bottom of the plumbed cylinder. f. The top of the PVC shall protrude above ground and be sealed water tight. It will contain a removable plug for inspection. g. The cylinder shall be securely fastened to the pit floor to prevent movement. h. Install and connect piping between machine and cylinder i. The jack assembly will be rested and attached to original or new pit channels and attached to platen plate with isolation pad installed between. Piping All existing piping will be used where possible however, any required additional piping shall be provided by the contractor and shall meet the specifications of the existing piping. Additional piping shall be at no additional cost to GSA. 2.1. FULL LOAD TESTING A full load safety test will be performed to ensure the proper operation of the elevator system. 2.2. WARRANTY Contractor shall fully warrant all materials, equipment, and service against poor and inferior quality or workmanship for period of not less than one (1) year from the date of final acceptance by GSA. Warrantee of damage to the material only, caused by electrolysis of corrosion for a period of five (5) years after completion of work.. 2.3. REJECTION OF WORK Contractor agrees that GSA has the right to make all final determinations as to whether the work has been satisfactorily completed. 2.4 BIDDING The Contractor shall include all work listed above as the BASE BID and list the Contractor's price on the SF 1442s as such. OPTIONS The Contractor shall include a price to include the follow work under the appropriate option listed on the SF 1442s. Option #1- The Contractor shall include a price under Option #1 to replace the hydraulic fluid contained in the elevator being repaired with biodegradable oil. Option #2- The Contractor shall include a price under Option #2 to replace the hydraulic fluid in the remaining four (4) passenger elevators with biodegradable oil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PMAMa/GS-04P-09-RA-C-0068/listing.html)
 
Place of Performance
Address: United States District Court, James H. Quillen U. S. Courthouse, 200 W. Depot Street, Greeneville, Tennessee, 37743-1100, United States
Zip Code: 37743-1100
 
Record
SN01820432-W 20090517/090516162257-536f76702ed8b15173f3bc79df8edc6c (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.