Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
SOLICITATION NOTICE

Z -- REPLACE LED LIGHTING WAREHOUSES 13 AND 14

Notice Date
4/20/2018
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP330018B0003
 
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
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. The scope of work includes but is not limited to the following: •1. PROJECT REQUIREMENTS •1.1. Warehouse 13 •1.1.1. Section 1: Remove and dispose a total of 15 existing 4-bulbs T5HO fluorescent light fixtures. Provide and install a total of 15 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. •1.1.2. Section 2: Remove and dispose a total of 25 existing 4-bulbs T5HO fluorescent light fixtures. Provide and install a total of 25 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. •1.1.3. Section 3: Remove and dispose a total of 128 existing 3-bulbs T5HO fluorescent light fixtures. Provide and install a total of 128 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. •1.1.4. Section 4: Remove and dispose a total of 96 existing 3-bulbs T5HO fluorescent light fixtures. Remove and dispose 27 existing fluorescent fixtures, 8 sensors, and 8 power packs above the workstations. Existing conduit and wire for these fixtures shall also be removed and capped off to the power source. Provide and install a total of 96 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. Section 5: Remove and dispose a total of 128 existing 3-bulbs T5HO fluorescent light fixtures. Provide and install a total of 128 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. •1.2. Warehouse 14 •1.2.1. Section 1: Remove and dispose a total of 24 existing 4-bulbs T5HO fluorescent light fixtures. Provide and install a total of 24 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. •1.2.2. Section 2: Remove and dispose a total of 55 existing 4-bulbs T5HO fluorescent light fixtures. Provide and install a total of 55 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. •1.2.3. Section 3: Remove and dispose a total of 110 existing 4-bulbs 8' T8 fluorescent light fixtures, 22 sensors, and 22 power packs along with all supporting cable. Wire and conduit that will not be used for the new lighting system shall be removed and capped off to the junction box on the main. Provide and install a total of 88 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. Provide and install new supporting cable for the new LED fixtures. Fixture to be suspended via minimum of 100-lb rated Y-Toggle aircraft cable. Follow manufacture's installation recommendations: "Suspension systems for lighting fixtures that are free to swing a minimum of 45 degrees from the vertical in all directions will be acceptable; they should withstand, without failure, a force of not less than four times the weights they are intended to support." •1.2.4. Section 4: Remove and dispose a total of 100 existing 4-bulbs 8' T8 fluorescent light fixtures, 20 sensors, and 20 power packs along with all supporting cable. Wire and conduit that will not be used for the new lighting system shall be removed and capped off to the junction box on the main. Provide and install a total of 80 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. Provide and install new supporting cable for the new LED fixtures. Fixture to be suspended via minimum of 100-lb rated Y-Toggle aircraft cable. Follow manufacture's installation recommendations: "Suspension systems for lighting fixtures that are free to swing a minimum of 45 degrees from the vertical in all directions will be acceptable; they should withstand, without failure, a force of not less than four times the weights they are intended to support." •1.2.5. Section 5: Remove and dispose a total of 90 existing 4-bulbs 8' T8 fluorescent light fixtures, 18 sensors, and 18 power packs along with all supporting cable. Wire and conduit that will not be used for the new lighting system shall be removed and capped off to the junction box on the main. Provide and install a total of 54 new LED high bay light fixtures with factory installed occupancy sensors. Sensors activation time shall be set for 10 minutes. Provide and install new supporting cable for the new LED fixtures. Fixture to be suspended via minimum of 100-lb rated Y-Toggle aircraft cable. Follow manufacture's installation recommendations: "Suspension systems for lighting fixtures that are free to swing a minimum of 45 degrees from the vertical in all directions will be acceptable; they should withstand, without failure, a force of not less than four times the weights they are intended to support." •1.3. Lighting and Sensor Requirements •1.3.1. New High Bay LED fixtures shall meet high bay and low bay illumination requirements for industrial, commercial, warehouse and manufacturing applications. Fixture shall have available integrated sensor control options. Fixture shall be available in 120-277 volts; rated 90 watts (maximum); efficacy of 190 lumens per watt (minimum); Color Rendering Index (CRI) of 75 (minimum); Correlated Color Temperature (CCT) of 5000K, and rated life of 150,000 hours per L70 TM-21 @ 25°C. Fixtures must have a 10-year warranty. The approved manufacture shall be equivalent to Orion ISON High Bay - HBIF3 Series. •1.3.2. New occupancy sensors shall be a fixture mounted high-bay type for warehouse applications. Occupancy sensor to be ordered with lighting fixture and factory-installed. Sensor shall be adjustable 360° high bay at 20' - 40', low-bay at 8' - 20' areas, and 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 30 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-ITW series suitable for warehouse condition and compatible with new LED lights. •1.3.3. Contractor shall replace existing fixtures with equivalent or better illumination per foot-candle suitable for warehouses. •1.3.4. All fixture mounting heights are the same as existing fixture mounting heights unless noted otherwise. •1.3.5. Contractor shall verify all existing fixtures, sizes, and dimensions. •1.3.6. All material shall be in new condition unless otherwise specified, shall be "Made in USA", and shall meet the Buy American Act requirements. •1.3.7. Contractor shall provide a written on-site replacement warranty for material and workmanship: minimum of 3-year on-site replacement (labor) for all fixtures; minimum 5-year material warranty for occupancy sensors; and minimum 10-year material warranty for LED fixtures. See approved material cut sheets for commercial standard warranty. On-site replacement includes transportation, removal, and installation of new products. Material warranty shall include all power supply units, LED lights, drivers and occupancy sensors as listed above. Warranty period shall begin on date of beneficial occupancy. Contractor shall provide the Contracting Officer signed warranty certificates prior to final payment. •2. GENERAL REQUIREMENTS •2.1. Prime contractor must provide a full time, onsite project Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM). All three (3) individuals shall be an employee of the prime contractor. All three (3) functions may be handled by a single person depending on job complexity and subject to approval by government Contracting Officer Representative (COR). •2.1.1 The Superintendent and QCM must possess at least three (3) years experience on this type of project or similar thereof. •2.1.2 The SSHO must possess a current 30-hr OSHA Construction Safety and Health training certificate. The SSHO shall have a minimum of five (5) years of safety-related work with at least three (3) years experience on this type of project or similar thereof. •2.2. Contractors are encouraged to attend the site visit to see existing conditions. •2.3. Contractor shall remove and properly dispose of all existing lighting fixtures, ballasts and bulbs, including inspection for polychlorinated biphenyls (PCBs) containing in the ballasts and properly dispose in accordance with State Regulatory Hazardous Wastes requirements. •2.4. All demolished materials shall be disposed of, off DLA Defense Distribution Depot San Joaquin property. •2.5. Existing electrical circuits, wires, and conduits shall be reused to connect all new LED lighting replacements. •2.6. Any abandoned electrical fixtures or materials (wire and conduit) shall be removed and safed off back to the junction box on the main. •2.7. 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. •2.8. All work shall comply with the specifications, plans, and within this scope of work. •2.9. 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. •2.10. All new lighting components shall be 120/277V compatible. Battery operated components shall not be used. •2.11. Upon completion of each warehouse, the Contractor shall test, inspect, and verify that each lighting system properly operates. •2.12. Any power outage will required to indicate in the schedule and a minimum two weeks written notice to the COR prior to the outage. •2.13. Construction shall be in compliance with all applicable local, state and federal standards. •2.14. 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. Any power outages shall be scheduled 72 hours in advance. Any work requiring power outage shall be performed on Sunday 0700 to 1630. Any work to be performed on holidays will require a minimum of two weeks' notice. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $500,000.00 and $1,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-18-B-0003 for the above stated requirement is on or around May 14, 2018. 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. 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/SP330018B0003/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SAN JOAQUIN, CA. (DDJC), Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04896809-W 20180422/180420230820-442e0c24e3f7f2215abc136af7b992be (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.