Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

59 -- Upgrade to Electric power lines

Notice Date
8/8/2011
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G11PS00694
 
Response Due
8/24/2011
 
Archive Date
9/23/2011
 
Point of Contact
David May
 
E-Mail Address
Contract Officer
(ddmay@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work: The Albuquerque Seismological Laboratory (ASL) has a requirement for installation of new electrical service to building 10006. 1.All work shall meet or exceed current NEC standards and regulations. All work shall be completed in a timely and workmanlike manner and in accordance to specific unit specifications and standard work practices for new service electrical installations.2.Disconnect and remove existing panel at building 10006. 3.Terminate and mark existing service feeds. 4.Install new 100A MCB 120/208V, 3 phase, 4 wire panel.5.Reconnect existing circuits in new panel.6.Provide new breakers to match existing amperage.7.Install new 50 A 2 pole breaker for new HVAC mechanical unit.8.Install new grounding electrode system at building 10006,2 ground rods spaced 6=BF-0=BF apart with #4(CU,BARE) All grounding to meet the requirements of article 250 of the NEC.9.Coordinate new service feeder routing with US Geological Survey authorized personal.10.All conduits are to be buried as per NEC Table 300.5. Provide pull boxes as required.11.All electrical devices to be UL listed for intended use. All electrical to meet the requirements of the NEC and State Electrical codes.12.Install new 100Amp 3 Pole breaker in existing 225 Amp panel in building 10004.13.Extend 2=BF Rigid conduit from panel in 10004 to the edge of concrete pad. Transition from LB at edge of concrete to Electrical PVC conduit to 10006. Transition from PVC at 10006 below ground to rigid conduit into building.14.Approximate length of new service is Three Hundred feet.( See attached drawing)15.Service Conductors to be Installed as specified: 4#2/0 (CU,THWN)+ 1 #3 (CU-THWN) Ground.16.Any disruption of service to the Lab will be coordinated with USGS personnel. 17.Contractor performing work is responsible for the location of all underground utilities. GENERAL PERFORMANCE AND REQUIREMENTS 1. The contractor shall furnish all design, calculations, materials, labor, equipment, and supervision to complete the statement of work.2. Contractor shall make efforts to protect existing structures and finishes, both interior and exterior, from damage during construction.3. Coordinate with the Project Manager any required utility outages a minimum of 48 hours in advance.4. Keep dust and dirt pollution to a minimum and ensure safety of persons in the work area.5. Contractor shall be responsible for the repair or replacement of damaged building material or components resulting from the demolition or installation of items under this contract. Materials and methods shall match existing.6. Contractor shall take all necessary precautions to prevent fires or injury to the public, building occupant(s), or damage to property of others during the performance of this contract.7. After all work is completed according to the specifications of this contract, the contractor shall thoroughly clean the work area, building interiors and/or exteriors, and remove all construction debris from the site. Before scheduling a final inspection, all cleaning shall be completed and tools, equipment, surplus materials, and rubbish shall be removed.8. Final inspection and acceptance shall be performed with the contractor, on site by the Project Manager upon completion of job performance with the contractor, on site. First inspection shall be performed a minimum of 7 days prior to the final inspection with the contractor, on site. A punch list of issues and or errors will be fixed prior to final inspection and acceptance.9. Contractor shall train designated personnel in adjustment, operation, maintenance, and safety requirements of all equipment and/or systems installed.10. Contractor shall furnish a complete set of maintenance data, applicable drawings, schematics, and warranty information to the facilities manager. QUALITY ASSURANCE:1. Contractor shall be responsible for complying with all National, Federal, State and local laws, codes and regulations in connection with the execution of the work. All work shall be in accordance with the latest version of applicable codes and standards.2. Contractor is responsible for visiting and inspecting the site to verify measurements, ascertain the nature and quality of the work to be performed, inform themselves of the general and local conditions (which can affect the work or the cost thereof), and compare the specifications with the work to be performed. Failure to do so will not relieve the successful contractor of their responsibility for estimating properly the difficulty or cost of furnishing materials and successfully performing the work described in this award. 3. The contractor may use utility services and toilet facilities of the building.4. Any changes affecting the statement of work shall originate from or be approved by the Contracting Officer.5. All materials and workmanship shall be subject to the inspection and approval of the Project Manager. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no extra cost. SPECIAL INSTRUCTIONS:1: Contractor shall visit site to establish all field dimensions, exact locations, distances, field conditions and best routing and method. Attached figure is provided for reference only and does not prescribe route or materials. Prior to any digging, have locator service mark all existing lines.2: All materials, supplies and labor, other than those identified as supplied by the USGS, will be included in the bidder's proposal. All work will conform to local codes.3: Contractor is required to have a CURRENT contractor license issued by the state of New Mexico. Schedule and Delivery of Performance: Location of ProjectAlbuquerque Seismological LaboratoryU. S. Geological SurveyTarget Road 10002 IsletaKirtland AFB, New Mexico 87117 72 hours advance notice of delivery and work will be required to gain site access. Please contact Eric Murray to arrange site access. Project ContactsPhone: 505-846-5646FAX: 505-846-6973 MATERIALSThe contractor shall furnish all supplies, materials, and equipment necessary for performance of the work included in this contract unless otherwise specified. Materials and supplies to be used shall be commercially available products of reputable manufacturers or suppliers and shall be of a quality to conform to applicable Federal Specifications. SPECIFICATIONSIn any case of discrepancy in the specifications, the matter shall be immediately submitted to the Contracting Officer, without whose decision said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. Any changes affecting the scope of the work shall originate from and be approved by the Contracting Officer. SCHEDULING CONTRACT WORKThe contractor shall make necessary arrangements with the Project Manager to perform the work and shall arrange and schedule his work so that the minimum amount of interference with government activities will result. CONDITIONS AFFECTING THE WORKIt will be the responsibility of the contractor to inspect the site, determine quality of work involved. Compare the specifications with the work to be done, and inform themselves as to all conditions, including other work, if any, being performed. Failure to do so will in no way relieve the successful contractor from the necessity of furnishing any materials or performing any work that may be required to carry out the contract in accordance with the true intent and meaning of the specifications without additional cost to the Government. EMPLOYEESThe contractor shall be responsible at all time for the supervision and control of the employees that may be assigned to render services under the contract. Fully qualified work personnel shall be available for work at project beginning and shall be maintained throughout the period of performance. The contractor shall make certain that its employees do not disturb papers on or inside desks or cabinets and that they make no use of the telephones or office equipment which has been provided for Government personnel in their defined capacity. At all time, the work under this contract shall be carried out in such a way that there is a minimum of interference with Government activities. LICENSES-PERMITSThe contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses or permits, and for complying with any Federal, State, and Municipal laws, codes and regulations in connection with the execution of the work. INDEMNITYThe contractor shall confirm all work on Government premises to areas authorized or approved by the Contracting Officer or Project Manager. The contractor shall save and keep harmless and indemnify the Government against any and all liability claims, and costs of whatsoever kind and nature of injury to or death of any person or persons and for loss or damage to any property (Government or otherwise) occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work in connection with this contract, resulting in whole or part from the negligent acts or omissions of the contractor. Submission of Offer All measurements provided herein are approximations. The contractor shall provide the following in their Quote: 1. Estimated number of labor hours needed by labor hour category for the project 2. Type and quantity of materials needed to complete the project 3. Total cost estimate based on labor and materials Contractor shall be responsible for visiting the work site to verify general and local conditions that can affect the cost thereof. Failure to do so shall not relieve the contractor of his responsibility for estimating properly the difficulty or cost of successfully furnishing the materials and performing the work required to carry out the contract in accordance with the true intent and meaning of the specifications without additional cost to the government. Any changes affecting the scope of work shall be originated from or approved by the contracting officer. All materials and workmanship shall be subject to the inspection and approval of the Contracting Officer of the Technical Representative. All work unsatisfactorily performed shall be promptly corrected and made acceptable to the Government at no additional cost. Government shall furnish no materials for completion of the project. The contractor is responsible for complying with all Federal, State, and local laws, codes, and regulations in connection with the execution of the work required. Final inspection and acceptance shall be performed with the contractor, on site by the Technical Representative upon completion of job performance. The time stated for completion shall include final cleanup of the premises. Award: The award of this requirement shall be made using only the procedures found in Part 13.1 =BF =BFProcedures=BF of the Federal Acquisition Regulations (FAR). Award shall be made to that responsible offeror submitting the lowest priced responsive offer. Please note the requirements for Central Contractor Registration (CCR) and completion of the Representations and Certifications as contained in the clauses section of this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00694/listing.html)
 
Record
SN02525127-W 20110810/110808234913-e6f373ce3722c06a6ee5e7ff267ec396 (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.