Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

Z -- DDJC Lighting Retrofit Bldgs 16 and 56

Notice Date
7/28/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
SP330016B0014
 
Point of Contact
Julie M Kemper, Phone: 7177704086
 
E-Mail Address
julie.kemper2@dla.mil
(julie.kemper2@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Contractor shall provide all labor, materials, equipment, supplies and supervision to perform the following work: Provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation to retrofit lighting system with new Light Emitting Diode (LED) lights and occupancy sensors in Warehouses 56 and 16 Section 2 and 3 at DLA Distribution San Joaquin CA (DDJC),Tracy Site, 25600 South Chrisman Rd, Tracy CA 95304. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 236220. The small business size standard is $36,500,000. The magnitude of this construction effort is between $500,000.00 and $1,000,000.00. DLA Distribution J7 expects to issue the Invitation for Bid (IFB) for this effort on or about August 15, 2016. The IFB will be posted to FedBizOpps. 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. •1. PROJECT REQUIREMENTS •1.1. Warehouse 56 Remove existing 4-bulb and 6-bulb T5 High Output fluorescent lights with individual manufacturer installed occupancy sensors in Section 1, 2, 3, and 4 of Warehouse 56; and replace with new Light-Emitting Diode (LED) light fixtures with occupancy sensors as shown in the plan, Appendix 1. •1.1.1. Section 1: Remove and dispose existing: Total of 184 fluorescent High Output fixtures with individual manufacturer installed occupancy sensors. Provide and install new: Total of 184 new LED light fixtures with individual fixture mounted occupancy sensors (116 fixtures in the aisles and 68 fixtures in the open areas around the perimeter, center aisle, and corridor). •1.1.2. Section 2: Remove and dispose existing: Total of 184 fluorescent High Output fixtures with individual manufacturer installed occupancy sensors. Provide and install new: Total of 184 new LED light fixtures with individual fixture mounted occupancy sensors (112 fixtures in the aisles and 72 fixtures in the open areas around the perimeter, center aisle, and corridor). •1.1.3. Section 3: Remove and dispose existing: Total of 231 fluorescent High Output fixtures with individual manufacturer installed occupancy sensors. Provide and install new: Total of 231 new LED light fixtures with individual fixture mounted occupancy sensors (160 fixtures in the aisles and 71 fixtures in the open areas around the perimeter, center aisle, and corridor). •1.1.4. Section 4: Remove and dispose existing: Total of 128 fluorescent High Output fixtures with individual manufacturer installed occupancy sensors. Provide and install new: Total of 128 new LED light fixtures with individual fixture mounted occupancy sensors in the open area. •1.2. Warehouse 16, Section 2 and 3 Remove existing 4-bulb T8 fluorescent light fixtures and occupancy sensors in Section 2 and 3 of Warehouse 16; and replace with new Light-Emitting Diode (LED) lights with occupancy sensors as shown in the plan, Appendix 1. •1.2.1. Section 2: Remove and dispose existing: Total of 132 T8 fluorescent fixtures and 22 ceiling occupancy sensors with power packs. Provide and install new: Total of 63 new LED light fixtures with individual fixture mounted occupancy sensors (20 fixtures in the aisles and 43 fixtures in the open areas around the perimeter, center aisle, and corridor). •1.2.2. Section 3: Remove and dispose existing: Total of 80 T8 fluorescent fixtures and 20 ceiling occupancy sensors with power packs. Provide and install new: Total of 80 new LED light fixtures with individual fixture mounted occupancy sensors in the open area. •1.3. Basic Requirements •1.3.1. New LED lights shall be rated for industrial and commercial applications with open areas and aisle ways in the warehouses; and in compliance with illumination requirements for high bay and low bay. Fixture shall be available in 120-277 volts; rated 75 watts (maximum); efficacy of 170 lumens per watt (minimum); Color Rendering Index (CRI) of 80 (minimum); Correlated Color Temperature (CCT) of 5000K, and an average rated life of 150,000 hours. Fixtures must have a 10-year warranty. The approved manufacture shall be equivalent to Orion HBIF2 series and meet IESNA LM-79, LM-80 and TM-21 testing requirements. •1.3.2. New occupancy sensors shall be a fixture mount high-bay for use in either a 360° high-bay or 360° low-bay area or a mask for aisle way. For optimum performance, sensor shall be a line voltage operation and 100% passive infrared (PIR) detection. Sensor must provide reliable coverage up to 40 ft. mounting heights. Sensor must be programmable, adjustable time delays (sensor to have a time delay that can be adjusted from 30 seconds to 20 minutes). Sensor shall be capable of switching for both 120 VAC and 277 VAC and run off of 50/60 Hz power. Load rating shall be 800 VA @ 120 VAC and 1200 VA @ 277 VAC. Sensors must have a 5-year warranty. The approved manufacturer shall be equivalent to Leviton OSFHU series and compatible with new LED lighting. •1.3.3. All material shall be in new condition unless otherwise specified, shall be "Made in USA", and shall meet the Buy American Act requirements. •1.3.4. Existing electrical circuits, wires, and conduits shall be reused to install new replacements. •1.3.5. Any abandoned electrical fixtures or materials shall be removed and safed off back to the junction box on the main. •1.3.6. Contractor shall provide a written 10-year minimum on-site replacement warranty for material and workmanship for the LED lights and 5 years minimum for the occupancy sensors. On-site replacement includes transportation, removal, and installation of new products. Material warranty shall include all power supply units and LED light bulbs and occupancy sensors. Warranty period shall begin on date of beneficial occupancy. Contractor shall provide the Contracting Officer signed warranty certificates prior to final payment. •1.3.7. Upon completion of each warehouse, the Contractor shall test, inspect, and verify that each lighting system properly operates. •1.3.8. Contractor shall conduct site visit and field verify all dimensions, equipment counts and layouts. •2. GENERAL REQUIREMENTS •2.1. Contractor shall conduct a site visit to verify all existing conditions and dimensions. •2.2. All demolished materials shall be disposed of, off DLA Defense Distribution Depot San Joaquin property. •2.3. Job site shall be left in a clean and orderly condition, and all construction debris and excess materials shall be removed upon completion of the job. Contractor shall not use Government trash cans, dumpsters, or other waste receptacles. •2.4. All work shall comply with the specifications, plans, and within this scope of work. •2.5. The electrical installations shall be performed in a neat and professional manner. All conduit shall be installed level/plumb; run parallel/ perpendicular to the building and/or column lines, and be sized ¾" or larger. All conduit, fixtures, and junction boxes shall be properly secured to the building structure. •2.6. All new lighting components shall be 120/277V compatible. Battery operated components shall not be used. •2.7. Construction shall be in compliance with all applicable local, state and federal standards. •2.8. Contractor is subject to all DLA Distribution San Joaquin health and safety regulations and DLA security requirements. All work shall be performed complete and in accordance with the specifications, drawings, and solicitation requirements. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 90 calendar days from receipt of the NTP. The work to be performed shall be during the regular working hours. Contractor's working hours, which do not require a power outage, will coincide with working hours of DDJC, a normal five (5) day, forty (40) hour week, Monday through Friday, from 7:00 A.M. to 3:30 P.M., except Federal holidays. Federal holidays are those days officially observed by the Federal Government. Saturday holidays are observed on the preceding Friday and Sunday holidays the following Monday. New Year's Day, Martin Luther King Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day as may be declared by the President to be a Federal holiday. 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 Julie Kemper at Julie.kemper2@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. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. 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/SP330016B0014/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin, 25600 South Chrisman Street, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04200091-W 20160730/160728235116-ef6791775d460fec98d7169ec104334a (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.