SOLICITATION NOTICE
Z -- Missile Alert Facility (MAF) capsule water and sewer lines
- Notice Date
- 8/25/2010
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- FA4626-10-R-0017
- Point of Contact
- Mark D. Jefferson, Phone: 406-731-4014, Eric Underwood, Phone: 406-731-4111
- E-Mail Address
-
mark.jefferson@malmstrom.af.mil, eric.underwood@malmstrom.af.mil
(mark.jefferson@malmstrom.af.mil, eric.underwood@malmstrom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This project is for the repair of water and sewer lines in 15 Missile Alert Facility (MAF) capsules located in the Malmstrom AFB, MT missile complex. Work consists of the contractor providing all labor, equipment, transportation, materials, quality control and supervision necessary to repair the aforementioned water and sewer lines to include: General Requirements. Includes the materials and labor for all work applicable to the general requirements division. Work includes, but is not limited to, bonding, mobilization, temporary office trailer work, permits, supervision, complying with security requirements, and environmental procedures listed in the drawings and Specifications. Gen Requirements shall be paid by Lump Sum (LS). Concrete Slab Removal and Replacement. Includes all work, equipment, and materials necessary to saw cut, break up, remove reinforced concrete slabs and replace these reinforced concrete slabs next the MAF and pump house as shown on the project drawings. An estimated amount of concrete to be removed and replaced is 3cyds total for both locations. Concrete Slab Removal and Replacement shall be paid by Each (EA). Horizontal Directional Drilling (HDD). Includes all work, equipment, and materials necessary to drill and back pull a 3 inch potable water line made from HDPE SDR 9 type pipe placed approximately 7 feet in depth from point next to the pump house continuing to a predetermined location in front of the 103 door or behind the MAF as shown on the project drawings. At A-01 the Horizontal Directional Drilling (HDD) Contractor will only need to drill from in front of the 103 Room under the MAF to the sewer line in the back for an estimated length of 40 feet, the waterline has already been upgraded at A-01. MAF's with the sewer lines in the front of the building having an estimated HDD length of 110 ft however, if the sewer lines are behind the MAF there is an estimated HDD length of 150 feet. HDD shall be paid by Lineal Foot (LF). Copper and HDPE Waterline. Includes all work, equipment, excavation, compaction, and materials necessary to excavate trenches in front of the 103 Room and pump house in order to terminate the 3 inch HDPE SDR 9 waterline in the pump house and extend this line thru the elevator shaft wall into a 3 inch type K Copper waterline connecting to the main 3 inch waterline above the FSC Office Bathroom. From this 3 inch copper line a branch run of 1 inch Type K Copper will need to be extended downward to the LCC blast door per the project drawings. Note: All copper connections will be soldered unless otherwise specified. Line item includes an estimated 50 cyds of excavation and 50 cyds of backfill along with 30 feet of 3 inch Type K and 75 feet of 1 inch Type K Copper waterlines. Copper and HDPE Waterline shall be paid by Each (EA). Demolish Copper Waterline to Launch Control Center (LCC). Includes all work, equipment, and materials necessary to remove the 1 inch copper waterline at all sites where installed except at B-01 starting above grade at the MAF down the elevator shaft to a point below grade at the intersection of the tunnel junction and the LCC Blast Door. At 9 sites the Contractor will need to demolish the existing 1 inch copper waterline to the LCC. For a list of applicable sites and work to be accomplished see the Summary table on Page 2 of the project drawings. An estimated average length of copper pipe to be demolished is 75 feet. Demolish Copper Waterline to LCC shall be paid by Each (EA). Install new Copper Waterline to Launch Control Center (LCC) at A-01. Includes all work, equipment, and materials necessary to install a new 1 inch Type K copper waterline at A-01 along the same route as the existing 1 inch copper waterline topside and then transition this line to the new water line location as shown on page 8 of the project drawings. An estimated length of copper pipe to be installed is 75 feet. Install Copper Waterline to A-01 LCC shall be paid by Each (EA). Remove Galvanized Launch Control Center (LCC) Waterline. Includes all work, equipment, and materials necessary to remove the galvanized waterline starting outside the LCC at the intersection of the tunnel junction and continuing thru the concrete blast door wall to the inside of the LCC then along the LCC wall into a flexible waterline that connects to the acoustical enclosure. For a list of applicable sites and work to be accomplished see the Summary table on Page 2 of the project drawings. On the applicable sites the estimated length of LCC waterline to be removed is 30 feet. Remove Galvanized LCC Waterline shall be paid by Each (EA). Concrete Drilling. Includes all work, equipment, and materials necessary to accurately drill a 2 inch hole thru 9 foot thick reinforced concrete LCC wall approximately 40 - 60 feet below ground. Concrete Drilling shall be paid by Each. (EA) Install Stainless Steel Launch Control Center (LCC) Waterline. Includes all work, equipment, fittings, and materials necessary to install a new 1 inch Schedule 80 threaded stainless steel line starting outside the LCC at the intersection of the tunnel junction and continuing thru the concrete blast door wall to the inside of the LCC then along the LCC wall into a flexible waterline that connects to the acoustical enclosure. This work will also include the replacement of the flexible waterline, stainless steel companion flanges, BS&B rupture disk, BS&B FA-7R rupture disk holder, and mounting brackets. At these 6 sites the Contractor will need to abandon in place the existing underground waterline to the LCC in the pump house by means of capping this line. This work will occur at all sites except A-01 and B-01. An estimated length of threaded Stainless Steel LCC waterline to be installed is 30 feet. Install Stainless Steel LCC Waterline shall be paid by Each (EA). Remove and Replace the Rupture Disk and Flexible waterline at A-01 and B-01. Includes all work, equipment, materials, and ancillary items necessary to remove and replace the rupture disk holder and flexible hose with the approved stainless steel companion flanges, BS&B rupture disk, BS&B rupture disk holder, and Eaton Synflex 34 PW flexible hose on the existing stainless steel waterline. See project drawing and specifications for exact location. An estimated quantity of 2 is required for each item. Remove and Replace the Rupture Disk and Flexible waterline at A-01 and B-01 shall be paid by Each (EA). 1 inch Waterline Emergency Shutoff Valve (ESOV). Includes all work, equipment, and materials necessary to purchase the specified valve, torsion spring, and fabricate the mechanical spring actuator mechanism per the project drawings thus providing the Government with an operational and installed ESOV meeting the spring torque requirements per the project specifications. The Contractor shall install 15 of these operational ESOV's and provide the Government with 2 operational ESOV's for a total of 17 ESOV's. The Contractor shall also provide the Government with 25 extra ESOV valve springs. 1 inch waterline ESOV shall be paid by Each (EA). 1 ½ inch Sewer Vent Line Emergency Shutoff Valve (ESOV). Includes all work, equipment, and materials necessary to purchase the specified valve, torsion spring, and fabricate the mechanical spring actuator mechanism per the project drawings thus providing the Government with an operational and installed ESOV meeting the spring torque requirements per the project specifications. The Contractor shall install 15 of these operational ESOV's and provide the Government with 2 operational ESOV's for a total of 17 ESOV's. 1 ½ inch sewer vent line ESOV shall be paid by Each (EA). Demolish and Upgrade the SP 101, Sewage Grinder Pump. Includes all work, equipment, and materials necessary to remove the existing SP 101 and its components to include piping, supports, and electrical components in both the tunnel junction and 103 Room and provide a new fully operational SP 101 system. The new SP 101 system shall include a new grinder pump, float system, and control component with fault light all made by the same manufacturer and upgraded electrical supply. As part of this upgrade a new 1 ½ inch Schedule 80 PVC pressure sewer line and 1 ½ inch Schedule 80 PVC sewer vent line will be installed per the project drawings and project specifications. This item will be executed at all sites except K-01. Demolish and Upgrade SP 101, Sewage Grinder Pump shall be paid by Each (EA). Demolish 3 inch Steel Sewer Pipe in the Elevator Shaft at J-01. Includes all work, equipment, and materials necessary to remove the 3 inch steel Schedule 40 sewer pipe, mounting brackets, and ancillary items located inside the J-01 Elevator access shaft per the project drawings. An estimated length of 3 inch pipe to be demolished is 100 feet. Demolish J-01 Steel sewer pipe shall be paid by Each (EA). Replace Elevator Access Shaft Lighting. Includes all work, equipment, and materials necessary to remove the existing elevator shaft way lights, install conduit and conductors to new Hardness Approved LED Lights within wet location Fluorescent fixtures. An average estimated quantity of lights in each elevator is 7, for a complete list see page 13 of the project drawings. Replace Elevator Access Shaft Lighting shall be paid by Each (EA). Government Delays. Should the Contracting Officer determine that the Contractor incurred a work stoppage or could not begin work as scheduled, and that the stoppage or delay was caused by the Government, the Contractor will be paid for delays which result in verifiable lost progress. Shall include crew, labor, and equipment time lost during normal work hours and shall not include evenings, Saturdays, Sundays or Federal Holidays. The Government anticipates this quantity to be 20 Crew-hours per MAF. Government Delays shall be paid by Crew-Hour (Cr-Hr). This request for proposal will be available on or about 7 July 2010 and will close on or about 6 August 2010. The performance period for this project is thirty (30) days after receiving the notice to proceed per site. The government intends to issue an IDIQ or requirements type contract that will consist of a base year plus two option years, with approximately five (5) sites per year being issued. The notice to proceed will be issued within 10 days after funding is received for each delivery order. This acquisition is being advertised using full and open competition under the Small Business Competitiveness Demonstration Program. The request for proposal will be available by electronic transmission only at: http://www.fbo.gov. Potential contractors must be currently registered in the Central Contractor Registry to be eligible for award. (See Internet Site: http://www.ccr.gov). All responsible sources may submit an offer good through 30 September 2010, which shall be considered by the agency. Potential contractors must also be currently registered in ORCA. (See internet site: http://orca.bpn.gov). The magnitude of this project is between $1,000,000.00 and $5,000,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/FA4626-10-R-0017/listing.html)
- Place of Performance
- Address: Malmstrom AFB, MT Missile Complex, Great Falls, Montana, 59405, United States
- Zip Code: 59405
- Record
- SN02254183-W 20100827/100825235157-7f815f56aa6f08c225c1d2cf88c63ded (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 |