Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

Z -- Addendum #2 to announcement. Attached as additional information documents are minutes of pre-award conference minutes and the resulting revision of the statement of work for the lighting control upgrade project.

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36109-0715
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-13-Q-0002
 
Response Due
7/16/2013
 
Archive Date
8/25/2013
 
Point of Contact
Ronald Danford, 334 271-7358
 
E-Mail Address
USPFO for Alabama
(ronald.w.danford.mil@mail.mil)
 
Small Business Set-Aside
HUBZone
 
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. 1. PURPOSE. The USPFO for Alabama on behalf of the Alabama Air National Guard's 187th Fighter Wing issues this request for quotation (RFQ) with intent to award a contract to a certified HUBZone designated recipient for furnishing all labor, equipment and material and performing all work to complete: replacing lighting systems, retrofitting fluorescent fixtures, removing lighting systems, installing lighting controls, and installing unit heater controls. The buildings and work involved in the project is detailed and identified in the attached Performance Statement. The buildings and work is located at the Air National Guard Base at Montgomery Regional Airport, Alabama. 2. PROVISIONS. In accordance with 52.212-2 -Evaluations, the Government will award a single, firm-fixed-price commercial item contract resulting from this announcement to a responsible offeror whose offer will be most advantageous to the Government based on price. Quotes will annotate One Line Item Price to complete all requirements. The Contractor is encouraged to propose pricing for their most cost efficient solution to meet the requirements of the work. In accordance with 52.246-20, Warranty of Services a one-year service and repair warranty is required and a 5 year manufacturer's product warranty. The following additional provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial, 52.212-4 ALT 1, Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award, 52.222-6 Davis-Bacon Act,.222-8 Payrolls and Basic Records, 52.232-32 Performance-Based Payments, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.236-5 Material and Workmanship, 52.236-6 Superintendence by the Contractor, 52.236-7 Permits and Responsibilities, 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements, 52.236-10 Operations and Storage Areas, 52.236-11 Use and Possession Prior to Completion, 52.236-12 Cleaning Up, 52.236-14 Availability and Use of Utility Services. 3. SCOPE. Project includes but not limited to: A. Remove HIDs: the work herein includes removal and disposal of the existing fixtures; removal and disposal of the existing wiring back to the main junction box within the room and/or the switch; and removal of the light switch and plate. Appropriately sized blank metal plates shall be installed over all open boxes and where switch plates have been removed in accordance with the National Electric Code. B. Retrofit fixtures w/ T-5s: the work includes, in the designated fixtures, the removal and disposal of the existing fluorescent lamp(s) and ballast(s), installation of T5 18 watt retrofit kits designed to use the existing deactivated tombstones as hangars for the new retrofit kit. Where they occur, the existing fixture acrylic lenses shall be cleaned and reinstalled. Installation of the T-5 retrofit kit(s) shall be in accordance with the manufacturer's recommendations. In situations where the number of replacement kits is less than the number of existing lamps in the fixtures the new kits will be installed to maximize the distribution of light. The basis of design is the T-5 retrofit kit as manufactured by quote mark Always Earth Friendly quote mark. The body shall be a one-piece aluminum extrusion with a wall thickness of.8mm or more. The size of the kit shall be as required to fit the fixtures in the schedule herein. The lamp holder shall be heavy duty with lamp lock and spring loading of lamp. Lamp holder must be able to fully adjust pins 180 degrees in the field. Lamp holder to contain anit-vibration inserts. Body to be provided with a removable 1-1/2 inch wide reflector. 18-watt electronic start T5 ballast must be contained within the body, no external ballast are allowed. The ballast shall be a program start (warm start) compatible with motion and occupancy sensors. The unit shall include a plug and play feature, power whip to wire directly to power supply coming into the fixture. Universal 120/277v capability. Each kit shall include one each F28T5HO lamp, 3500K color temperature, 75 CRI +, compatible with the retrofit kit. Active Power Factor Correction IC controls input current and voltage for clean power. Factory certification of a minimum of 20,000 on/off cycles. Kits shall meet UL certifications to UL 1993 or 935. The manufacturer must be ISO 9001 certified. Warranty: a 5-year non-prorated Manufacturer Warranty shall be furnished. C. Replace HIDs with Induction Lights. The work includes removal of the existing fixture and installation of a single lamp 100-watt induction fixture. The basis of design is the Lithonia Open Induction High bay FIB unit. The construction of the channel ends and socket brackets shall be manufactured from 22-guage cold rolled steel. Riveted screwed assembly. Tool-less wiring access. High gloss white baked enamel with a premium-polyester, powder-coat finish (powder coat after fabrication). The optics shall be high performance, 95% total reflectance, segmented optics warranted for 25 years. 80 CRI, 5,000 K and 8,000 initial lumens per lamp. Electrical: Standard electronic ballasts, energy saving, thermally protected, Class-P, HPF, non-PCB, Sound rated A, UL/CSA certified. Contractor responsible for ensuring replacement fixture is compatible with existing mounting system and electrical service. Installation shall be in accordance with manufacturers recommendations. D. Install Ceiling Occupancy Sensors. Ceiling mounted line-voltage, occupancy-sensors and Vacancy Sensors shall be installed on the line side of the switches. The basis for design of the dual-technology line voltage ceiling-sensor is the Watt Stopper DT-355. The sensors shall be surface mounted dual technology combining passive infrared (PIR) and ultrasonic technologies. The sensor shall have an unobtrusive appearance and shall provide 360 degree coverage. The sensor shall be 120/277/347 VAC, 50/60 Hz, ultrasonic frequency of 40kHz, Time delays auto set for five (5) minutes. Units shall include a sensitivity adjustment for PIR and shall include a built in light level sensor capable of working from 10 to 300 foot-candles. The sensor shall include multi-level, 360 degree Fresnel lens. Mounting shall be on a 4-inch square metal junction box with double gang mud ring. Units shall be UL and cUL listed. Warranty: Sensors shall be provided with a full five-year manufacturer's warranty. Installation and wiring shall be in accordance with manufacturer's recommendations. Provide power packs and accessories as needed for a complete and usable system. E. Ceiling mounted Occupancy Sensors with Vacancy Sensor Controls: The work includes installation of the ceiling mounted occupancy sensors as noted above and the installation of a switch mounted wireless remote switch designed to control the occupancy sensor. The contractor shall ensure the occupancy sensor used is compatible with the vacancy sensor switch. The bases of design for the vacancy switch is the Maestro Wireless R load controls which use Lutron clear connect RF Technology. This technology is approved by the Air Force and other technology is not acceptable unless previously approved by the Air Force. F. Install Switch Mounted Occupancy sensors: The basis of design is the Wattstopper DSW-100 Dual Technology Wall Switch Sensor. The work includes removal of the existing switch and the installation of the switch occupancy sensor. The sensor shall be a dual technology passive infrared (PIR) and ultrasonic detection technology. Sensors may be configured for manual on or automatic on. The sensor shall be capable of turning the lights on when the PIR sensor detects occupancy. Once on the detection by the PIR or ultrasonic technology holds the light on until the occupancy is no longer detected and the time delay elapses. A time delay of 5 minutes will be preset. The sensor shall operate with 120/277 VAC; 50/60 Hz. The sensor shall include a Sensitivity adjustment PIR (high/low) and Ultrasonic (fully variable). Warranty: The sensor shall include a five (5) year manufacturer's warranty. The sensor color shall match the existing switch and the contractor shall provide and install a matching plate. G. Install HB Occupancy Sensors: High bay occupancy sensors shall be a fixture mounted box line voltage passive infrared (PIR) 360 sensor. The basis of design is the quote mark Sensorswitch CMRB 6 quote mark. The sensor shall: have 100% digital PIR detection, have a self-contained relay, have no power pack, have no minimum load requirements, be compatible with electronic and magnetic ballasts, CFLs, LED, and incandescent, have interchangeable hot and load wires with impossibility of wiring backwards, have push button programming, have adjustable time delay with a factory setting of 15 minutes, have no field calibration or sensitivity, have a green LED indicator. The sensor shall be designed for a maximum 45 foot height installation and shall be designed to be mounted in the end of the existing T-5 fixtures through a -inch chase nipple. G. Install Daylighting sensors: The daylighting sensors shall be installed in the 29 each T-5 fixtures located within the corridors around the main aircraft maintenance hangar. The on/off photocell sensors shall be manufactured by the same manufacturer used for the high bay occupancy sensors and shall be installed similar to the high bay occupancy sensors. Mounting may be on or adjacent to the existing fixture. The sensor shall have the capability of turning the fixture off when there is five (10) foot-candles or more lighting detected at least 10 foot-candles of daylighting within the area. H. Replace switch w/ exterior timer: The work includes removal of the flush mounted light switch and the installation of a flush mounted exterior grade NEMA 4 electronic auto shut-off timer switch. The timer shall have an on/off push-button control up to 60 minutes in duration. Power from 120/277 VAC designed to switch a line voltage lighting load and capable of being installed on a neutral wiring connection. Installation shall be in accordance with the manufacturer's recommendation. Warranty shall be a minimum 1 year. I. Install Heating Systems Controls/Limit Switches: Install industrial door position sensors on the designated overhead and hangar doors. The intent of the limit switch is to turn off the adjacent or designated unit heaters when the overhead door is open. The contractor shall determine whether or not the existing thermostats can be used and if not shall replace the thermostats as part of this project. The limit switches shall be industrial grade, low voltage, corrosive resistant metal resistant, double insulated limit switches. The location of the limit switch shall be as recommended by the manufacturer and the installation of the wire from the limit switch to the thermostat shall be done in accordance with the National Electric Code (NEC). Include all necessary programming to ensure connectivity to main control system. J. Wiring Requirement: All wiring, including 24 volt wiring, shall be mounted in quote mark rigid conduit with the exception of the connection within 2' of the limit switch, which is made be in quote mark or quote mark flexible conduit. All control voltage shall be line voltage, 115 volt / 1ph/ Connection. Mounting of junction box on the appliance as well as rigid connection to the appliance will be rejected. Wiring must conform to national electrical code and local ordinances. Electrical supply source shall be 120 volt/ 60hz of sufficient capacity to handle electrical requirements of the system. Flexible conduit is allowable within two feet of the infrared unit. Electrical load per system shall be the sum of the individual burner units and the vacuum pump. All connections will be hardwired K. Startup and Training: Startup, test, and adjustments shall be made in accordance with manufacturer's instructions. Two hours of operations and maintenance training on the various systems installed to the Air National Guard Civil Engineering system technicians is required. L. Demolitions: The existing fixtures, switches, wiring etc. removed during the performance of the work herein shall be removed completely. All demolished materials shall become the property of the Contractor and shall be disposed of properly. Recycling is encouraged. The use of on base dumpsters and other trash recepticles is prohibitted by the contractor. The contractor shall patch and paint to match to adjacent surfaces, areas damaged during removal of the existing HID lighting systems. M. Standards. The following regulations are applicable to this project (including but not limited to the following): 1. All applicable national, state, and local codes. 2. The American Disabilities Act. 3. OSHA. 4. International Building Code (IBC) 2006 Edition 5. United Facilities Code (UFC) 6. All Applicable portions of the US Code of Federal Regulations, 7. Air National Guard ANG ETL 01-1-1 - Air National Guard Design Policy and all applicable technical letters. Other Regulatory agencies: 1. Alabama State Fire Marshall. 2. City of Montgomery - all applicable departments. 3. Dannelly Airfield Fire Department. 4. Department of Justice. 5. United States Air National Guard. 4. MAGNITUDE/PERFORMANCE PERIOD/SET-ASIDE INFORMATION. Magnitude of the project is between $100,000 and $250,000. Construction/contract completion time is anticipated to take approximately 120 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. This action is being procured on a, HUBZone small business Set Aside basis in accordance with FAR 19.1305. 5. SITE VISIT. In accordance with 52.236-27 Site Visit, the date for the site visit and pre-bid conference is 19 June 2013, 10:00 a.m. local time at the 187th Fighter Wing, Base Civil Engineer Office, 5187 Selma Highway, Montgomery, AL 36108-4824. The site visit will follow the pre-bid conference. Interested contractors are encouraged to attend and shall notify 1LT Adam Sanders via email adam.sanders@ang.af.mil or telephone 334-394-7418 contact no later than 12 June 2013 for base access requirements. All questions for the pre-bid/site visit conference must be submitted by 12 June 2013 via e-mail to ronald.w.danford.mil@mail.mil. 6. CLOSING DATE AND REQUIREMENTS. The closing date for receipt of quotes is 5:00 PM 16 July 2013. Government intends to award without discussions. Interested offerors must be registered in the System for Awards Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/portal/public/SAM/. Interested offerors are required to submit their representations and certifications on-line at https://www.sam.gov in accordance with clause 52.213-3. The solicitation and associated information including the plans and specifications will be available only from the Federal Business Opportunities (FEDBIZOPS) website https://www.fbo.gov/. FEDBIZOPS is a web based dissemination tool designed to safeguard acquisition related information for all Federal agencies. Interested offers must register with FEDBIZOPS before accessing the system. Registration instructions can be found on FEDBIZOPS website at https://www.fbo.gov/downloads /FBO_ Vender _Guide.pdf. 7. ADDITIONAL INFORMATION. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation, Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. The official plans and specification will be located on the official government web page and the Government is not liable for information furnished by any other source. Place of performance is 187th Fighter Wing, Montgomery Regional Airport, Montgomery, Alabama.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-13-Q-0002/listing.html)
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
 
Record
SN03100633-W 20130628/130626235649-1f1f796e7430482688232470bbbec92c (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.