Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2011 FBO #3651
SOLICITATION NOTICE

Z -- Replace Boiler Burner

Notice Date
11/21/2011
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-Q-0008
 
Response Due
1/16/2012
 
Archive Date
3/16/2012
 
Point of Contact
Duane William Bell, 916-557-5326
 
E-Mail Address
USACE District, Sacramento
(duane.w.bell@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopses-Presolicitation Notice (a) Content: 1. Action Code: Pre-Solicitation Notice 2. Date: November 21 3. Year: 2011 4. Contracting Office Zip Code: 95814 5. Classification Code: Z-2 Alteration of Structures and Facilities 6. Contracting Office Address: United States Army Corps of Engineers, 1325 J Street, Sacramento, CA. 7. Subject: Replace Boiler Burner Warehouse 330, Defense Distribution Depot - San Joaquin (DDJC) Sharpe Site, Lathrop, CA. 8. Proposed Solicitation Number: W91238-12-Q-0008 9. Closing Response Date: January 6, 2012 10. Contact Point or Contracting Officer: Mr. Duane Bell 11. Contract Award and Solicitation Number: To Be Determined (TBD) 12. Contract Award Dollar Amount TBD 13. Contract Line Item Number: NA 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: Replace Boiler Burner 17. Place of Contract Performance: Warehouse 330, Defense Distribution Depot - San Joaquin (DDJC) Sharpe Site, Lathrop, CA 18. Set-aside Status: Service Disabled Veterans Owned Small Business b) Transmittal method - Via the Internet at http://www.fedbizopps.gov c) Provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation to replace existing 10.5 MMBTU/HR industrial boiler burner with low NOx burner. NOx is a generic term for the mono-nitrogen oxides NO and NO2 (nitric oxide and nitrogen dioxide). Boiler and burner installation shall meet all federal, state, and applicable local code requirements (1)National Stock Number (NSN) - Not Applicable (2)For drawing and work requirements see attachment Whse 330 Boiler Data. (3)The scope of work includes but is not limited to the following: -Mobilize and setup equipment -Disconnect electricity -Demo existing boiler burner to include old burner throat refractory -Disconnect and remove existing gas train and control panel -Install new burner throat mounting plate -Install new low NOx burner -Install new gas train components and control panel -Reconnect all electrical -Contractor shall verify all existing conditions and dimensions -Clean up work area and depart Submittals are required for all material to be utilized and/or installed and shall be in compliance with the Unified Facilities Guide Specifications (UFGS) and basic contract. All submittals shall be approved prior to commencement of work. Submittals shall include but not limited to the following: -Task specific: Quality Control Plan, Hazard Analysis and Safety/Health Plan. -Construction Schedule. -Manufacturer's data and shop drawings for all materials. -Operations and maintenance manuals -As-built drawings 1.1Specifications Firing Rate: 10,500 MBH Natural Gas Turndown ration : 4:1 Emissions: NOx less than or equal to 9 parts per million (ppm), corrected to 3% O2; and Carbon monoxide (CO) less than or equal to 50 ppm, corrected to 3% O2. Gas Supply pressure required: 5 pounds-force per square inch gauge (psig) minimum up to 10 psig maximum. Standard combustion Air (CA) Duct to be provided by burner manufacturer. Motor voltage: 460 Volts, 3 Amperes, 60 cycle. Control voltage: 115 Volts, 60 cycles. a.Burner must incorporate a ultra-low NOx technology that does not require flue gas recirculation (FGR), attaining a sub-9 ppm of NOx and 50 ppm of CO, level of performance. b.Burner system will have fully modulated parallel positioning system and a gas-electric pilot ignition. c.Burner system will include a remote-mounted 10 HP or 15 HP, 3500 RPM forced-draft blower; with air inlet shutter and factory-mounted servo motor, including variable speed motor. d.Burner system will include 2-inch or 2 -inch diameter Gas Train Components (depending on the burner chosen that meets the specification listed above), meeting applicable Underwriters Laboratories (U.L)/Industrial Risk Insurers (IRI), and National Fire Protection Association (NFPA) codes; and including a Siemens SKP25 or equal gas pressure regulating actuator, and vent valve. e.Burner system will include Remote Mounted Burner Management Panel: with Fireye Nexus or equal Flame Safeguard & Fuel -Air Management Control; annunciating lights for power, load demand, flame failure, low and high water; motor starter and overload (OL) protection; manual-auto firing rate selector; kVA control circuit transformer and fusing; and, audible alarm and silencing switch. (4)Quantity: One Boiler Burner replacement (5)Unit of Issue: ea (6)Destination Information: Warehouse 330, Defense Distribution Depot - San Joaquin, (DDJC) Sharpe Site, Lathrop, CA Period of Performance for Schedule: January 26, 2012 through July 24, 2012 (7)Proposed Contract Action: Purchase Order (i) This acquisition is proceeding as a Request for Quote (RFQ). This RFQ is a Service Disabled Veteran Owned Small Business Set-Aside (SDVO) and all responsible sources may submit a quotation which shall be considered by the agency. The award decision will be based on the lowest quotation that specifies work that meets the technical specifications of the requirements. (ii) Estimated Cost Range is between $125,000 $144,000 (iii) The anticipated award date is January 11, 2012 (8) This procurement is subject to the Buy American Act- Construction Materials-FAR 52.225-9 (9) Technical data including plans, drawings and specifications will be furnished through FedBizOpps, https://www.fedbizopps.gov. with the solicitation. This Procurement will be conducted under FSC code: Z2GZ; NAICS Code: 238220. The size standard for this code is $14,000,000.00. All questions and assistance (i.e. downloading plans and specs, or registering as an interested vendor) should be directed to the Contract Specialist, Duane Bell, at (916) 557-5326, fax number (916) 557-7854 or e-mail address duane.w.bell@usace.army.mil. A site visit/pre-proposal conference will be scheduled at warehouse 330, Defense Distribution Depot - San Joaquin, (DDJC) Sharpe Site, Lathrop, CA approximately a week after the solicitation notice with a date on or about December 15, 2011. Attendance is not mandatory. For all attendees needing access information (to location) : Please contact project manager or contract specialist no later than 3 working days before the site visit via email at Duane Balch duane.c.balch@usace.army.mil (916)557-7450 or Duane Bell duane.w.bell@usace.army.mil (916)557-7126. If participating in the site visit please provide the following required information: your name, company, phone number and email address. A confirmation will be sent to your email address. Solicitation specifications will not be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on or about December 7, 2011, for downloading at the Government's website at http://www.fedbizopps.gov/. Contractors are advised that this project may be delayed, cancelled or revised at any time during the selection process. It is the responsibility of the contractor to check FedBizOpps frequently for any amendments or changes to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-Q-0008/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02626568-W 20111123/111121234026-4b7e7253e8f50756802278d1e6d2b07e (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.