Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

Z -- Site Wide Sprinkler Systems Repair

Notice Date
4/24/2012
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-B-0001
 
Point of Contact
Mogen Gilson, Phone: 7177704757
 
E-Mail Address
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide all labor, transportation, materials, equipment, supplies and supervision to perform the following work: Site-Wide Sprinkler Systems Repairs, DLA Distribution Susquehanna, New Cumberland PA 17070. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Project Description: This project includes a number of issues identified as deficiencies and impediments to fire sprinkler system operations which were determined through site observation. All work proposed in this project is repair in nature. Thirty-Eight (38) facilities are included in this project. Some of the predominant scope items that will be addressed by this project include the following: a. The repair of various types of sprinkler systems including wet systems, dry systems, deluge systems, and pre-action systems. These repairs will include the following: i.Replacement of piping components such as gate valves, check valves, strainers, and corroded or damaged piping. ii.The replacement or addition of instrumentation to these sprinkler systems for monitoring and operation. iii.The addition of inspector test valves to provide the capability to test sprinkler systems. iv.The repair or replacement of drum drip assemblies. b. Repair or replacement of sprinkler riser subsystems such as the main drain and associated trim, the sprinkler riser check valve and associated trim, and the compressed air system for dry pipe systems. c. Repair of antifreeze systems to assure these wet systems do not freeze in cold weather conditions. d. Testing of various sprinkler system components including: i.Destructive testing for sprinkler heads more than 50 years old (required by NFPA 25). ii.Visual inspection of piping internals to identify the amount of blockage in older piping systems. iii.Ultrasonic testing of piping to confirm pipe wall thickness and identify areas of potential concern. iv.Chemical analysis for potential identification of MIC (Microbiologically Influenced Corrosion). v.Final system testing after all work on a particular system is completed. e. Pipe flushing of sprinkler systems to remove partial blockage in older piping systems. f. New signs required to meet NFPA code requirements. All work shall be performed complete and in accordance with the specifications and drawings. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 240 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours which consist of a 9 ½ hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1630, excluding Government holidays. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238220. The small business size standard is $14,000,000. The magnitude of this construction effort is between $1,000,000 and $5,000,000. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-12-B-0001 for the above stated requirement is on or around May 18, 2012. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-B-0001/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA-NEW CUMBERLAND, PA., NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02730458-W 20120426/120425000403-e6cdd789d24732681dc681c624bd5a13 (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.