SOLICITATION NOTICE
Y -- Request for Proposal - REPLACE CPC VAULT EMERGENCY LIGHTING SYSTEM CONTROL MODULE AND BATTERIES - Oakland (ZOA) Air Route Traffic Control Center (ARTCC) Facility
- Notice Date
- 8/21/2025 12:10:15 PM
- Notice Type
- Solicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-R-00228
- Response Due
- 9/26/2025 12:00:00 PM
- Archive Date
- 10/11/2025
- Point of Contact
- Raymond Lena
- E-Mail Address
-
raymond.a.lena@faa.gov
(raymond.a.lena@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SUMMARY OF WORK Furnish all labor, equipment, materials, and supervision for the demolition and installation associated with the scope of work described herein within the facility. The facility is comprised of a main building complex and several detached support facilities. The work covered under this contract is located in Room 120, CPC Vault ELM3 of the facility. The project�s major discipline is electrical-related. Basic work components are summarized as follows: 1. Remove and dispose of the existing �CPC Vault Emergency Lighting System Control Module�. 1. SPECS � Synthesis CHT Series, 14KVA, Single Phase Uninterruptible Power Supply 2. Include remove and dispose of battery cabinet and existing 12V Batteries � 40 Each. 2. Install new CPC Vault Emergency Lighting System Control Module. 1. Preferred Manufacturer and Model Number: Z(480-277)-I-16-S-BD2018-BD4002-C-M-Z. Or approved equal. 2. Connect the new unit to existing input and output circuits 3. Install the UPS in Room 120, CPC Vault ELM3. Secure the unit to both the walls and floor. 4. Reuse existing wiring. No government-furnished material will be provided. The FAA will not perform any portion of work under this contract, including installation of contractor-furnished products/materials. Work shall not start before the issuance of the Notice to Proceed (NTP) by the Contracting Officer. All work shall be completed within the performance period as defined in the Contract Award. 3 GENERAL REQUIREMENTS 3.1 General 3.1.1 Access Access to the site will be via a pre-determined route identified and agreed upon at the pre-construction conference. Contractors must attend a site visit to investigate access, site, and building conditions before submitting a proposal for bid. 3.1.2 Transportation and Equipment The Contractor is responsible for equipment operation and safety of transportation, including materials and waste transport. The Contractor must maintain an adequate insurance policy for vehicular operation to, from, and on site. 3.1.3 Meetings 1. Coordinate and attend a pre-construction meeting before the start of construction. Time and location will be specified by the COR. Requirements for material disposal, security, and safety, as well as the use of facility restrooms, water, and power, will be discussed. Compliance with these procedures while on site is mandatory. 2. Conduct pre-activity meetings with the site contacts and COR before major activities. 3. Conduct daily toolbox meetings. 3.1.4 Reports 1. Provide a copy or access upon request by COR to daily logs, diaries, and weekly reports. 2. Submit accident/incident reports to the COR in a timely manner. 3. Provide manufacturer inspection reports if applicable. 3.1.5 Permits and Fees 1. The Contractor shall abide by all requirements dictated by the city, state, federal, airport authority, or municipality for such permits without any additional cost to the government. 2. The Contractor shall obtain and pay fees for permits, inspections, licenses, or certificates required by Federal, State, and City/Town officials as necessary to perform the work, prior to starting construction, and in a timely manner to avoid delays in starting the job. 3. The Contractor shall submit evidence that they have obtained all required permits, inspections, licenses, and/or certificates. 3.1.6 Codes and Regulations The Contractor shall comply with local and other codes and standards. Where the requirements of the specifications and drawings exceed those of the local or other codes, the Contractor shall comply with the requirements of the specifications and drawings. 3.1.7 Work Hours and Restrictions 1. On-Site Work Hours: o Limit work in the Facility to normal business working hours between 6:00 AM and 4:30 PM, Monday through Friday, unless coordinated with the COR in advance. o No work will take place on federal holidays without prior approval by the COR. o Weekend work and overtime are not authorized, except as otherwise noted, without approval by the COR. o Shutdowns and cutovers of environmental, utility, and electrical systems impacting facility operations shall be accomplished between the hours of 10 p.m. and 6 a.m. o No work shall be scheduled or take place during the week of and the weekend preceding and following the Thanksgiving, Christmas, and New Year Holidays. Only emergency work to restore critical services to the facility will be considered, and a moratorium waiver must be submitted and approved. The moratorium period will not be counted against the contract construction duration. 2. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: o Notify the COR not less than ten (10) working days in advance of proposed shutdowns and cutovers of electrical systems. o All advanced installation for temporary systems shall be completed prior to scheduled shutdown and/or cutover to minimize the duration of the shutdown. 3.2 Security The following security regulations apply to all construction contractors, subcontractors, delivery crews, and otherwise. 3.2.1 General Security 1. FAA provides access and escorts during work hours. The site is locked off hours. Contractors shall not enter areas, buildings, and spaces that are not part of the required work. Coordinate with the FAA if such a need arises. 2. Contractors shall avoid interference with FAA facility operations. Report to COR and stop operation immediately if such an incident occurs. 3. All employees are subject to vehicle and on-person search. All people entering or delivering to this federal facility must have valid government-issued identification. 4. Persons entering onto FAA property are prohibited from having on their person or in their vehicle the following: Liquor (opened or sealed), illegal drugs, contraband, or paraphernalia (pipes, holders, etc.), firearms or parts thereof, to include empty gun shells. 5. Secured Facility entrances and doors shall not be left unsecured or left unattended for any reason. 3.2.2 Badging 1. FAA personnel will escort the contractor. Need Real ID to gain access. 3.3 Project Coordination 3.3.1 Pre-award Coordination All project coordination must be facilitated through the FAA Contracting Officer. This includes all correspondence during the solicitation process such as site visit scheduling, contractual and technical questions and answers, bid proposal, and award acceptance. 3.3.2 Post-award Coordination 1. The FAA Contracting Officer (CO) will designate a Contracting Officer�s Representative (COR) for the project. The COR is the sole point of contact for coordination; clarify contractual, construction, and technical issues; review and approve of submittals, conduct inspections, and acceptance of deliverables. The Contractor shall coordinate all construction activities with the FAA through the COR. o In the absence of a designated COR and under direction from the CO, pre-construction submittals may be sent to and reviewed by the FAA Site Contacts. 2. All work which affects the facility shall be coordinated and approved by FAA personnel through the COR at least forty-eight (48) hours in advance of the scheduled work. Failure to notify and obtain the necessary approval may result in a rescheduling of the work. 3. Correspondence: All correspondence must be addressed and delivered electronically to the Contracting Officer and the COR. 4. The Contractor will be required to coordinate all power and utility shutdowns of existing facilities with the FAA, through the COR, seventy-two (72) hours in advance. Each shutdown shall be limited, and off-peak hours shall be required for testing or power shutdowns, with the facility placed back in service at the end of the workday, or as stipulated by the FAA. 5. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without prior coordination with the COR. 6. Notify the Owner not less than 10 workdays in advance of activities that will affect Owner's operations. 3.4 Health and Safety OSHA and FAA safety standards will be enforced. The Contractor shall, at a minimum, provide: 3.4.1 Safety Plan Submit a Safety Plan with the purpose of maintaining a safe working environment for construction workers employed on site. The safety plan shall require a statement that the current Occupation Safety and Health Act (OSHA) regulations on safety in the construction industry, OSHA Title 29, Part 1910 and Part 1926, as well as FAA safety regulations, are followed. The plan will be used by the COR to ensure that the work is accomplished in accordance with accepted safety practices. 3.4.2 Trained Personnel Personnel shall be properly trained in the usage of all equipment for which they will be required to use during the Contract. The COR may request documentation or other evidence of training at any time. Personnel without adequate training will be prohibited from using such equipment. 3.4.3 Lock Out / Tag Out The Contractor shall employ and detail lock-out / tag-out procedures to employees working with and around electrical systems. When accessing an electrical panel, an FAA technician must be present prior to interrupting and energizing the breakers. 3.4.4 Material Safety Data Sheets The Contractor shall have Material Safety Data Sheets (MSDS) conforming to Federal Standard 313A, written by the manufacturer, for all materials containing chemicals or other substances which may pose a hazard. One (1) copy of each MSDS shall be submitted to the COR, and one (1) copy of each MSDS shall be kept on file at the job site at all times. The Contractor and subcontractors will be prohibited from handling any material which does not have an applicable MSDS on file at the site until such MSDS arrives on site. 3.4.5 Safety Equipment The Contractor shall provide safety equipment including, but not limited to, a Red Cross approved First-Aid kit and the appropriate number of annually inspected, charged fire extinguishers with the proper NFPA rating. 3.4.6 HAZCOM Program The Contractor shall have a hazard communications (HAZCOM) program. The Contractor and each subcontractor shall submit a copy of their HAZCOM program as well as a copy of their current OSHA 200 form, if requested. 3.4.7 Work Practices Although OSHA regulations and the Contractor's Safety Plan will usually apply, the COR may consider certain work practices to be unsafe in accordance with Public Law 91-596, Part 5a and 5b. The COR may stop any operation which is in violation of the OSHA standards or fail to comply with the safety plan or other safe work practices. 3.4.8 Designated Foreman When any construction activity is conducted at the site, the presence of a designated, competent contractor�s foreman is required at the job site. The foreman must be qualified and capable of organizing and coordinating all activities of the Contractor and his subcontractors and keeping a safe job site. 3.4.9 Work Force The Contractor shall, at all times, when construction activities are conducted, have a substantial number of workers for each task to proceed expeditiously and without generating delay, for lack of manpower. 3.5 Temporary Facility and House Keeping 3.5.1 Temporary Facility 1. Do not disturb portions of the site beyond the areas in which work is required. 2. Provide and maintain temporary office (if desired), storage, worker refuses, dumpster or trash receptacles, and portable toilets for the entire project duration. Coordinate with FAA for parking, layout, and locations of storages, equipment, and staging area. 3. Secure all necessary clearances for storage areas on site, including any time limitations upon the use of such areas. The storage and protection of Contractor material shall be the sole responsibility of the Contractor. The Contractor shall provide at his/her own expense all fencing, shelters, and security personnel as may be necessary for the protection of the material and equipment. 4. All material deliveries made under this contract shall be arranged for delivery to the Contractor's material staging area. This area shall be located as determined at the pre-construction meeting. 3.5.2 Housekeeping and Waste Disposal 1. Provide on-site containers for the collection of construction waste materials, debris, and rubbish and their daily removal from the site. The work site shall be kept clean and orderly during the progress of work. 2. Any spillage on access and haul routes shall be cleaned up immediately. All spoil, waste, and debris removed from the work site and not specified for reuse or identified as salvageable items or identified as contaminated contents shall be disposed of offsite in areas authorized by the applicable County, State, and/or Local agencies and in accordance with current rules and regulations governing the disposal of such waste. 3. The Contractor, at no additional cost to the government, shall pay disposal fees and miscellaneous charges. Copies of all documentation regarding the disposal of any fuel or hazardous waste will be submitted to the COR. 4. Keep driveways and entrances serving the premises clear and available to the Government, the Government�s employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 3.5.3 Operation of Existing Building Maintain the existing building in a watertight condition throughout the construction period. Repair damage caused by construction operations. Take all precautions necessary to protect the building during the construction period. 3.6 Request for Information Procedure 1. All questionnaires and requests for information (RFI) must be in writing. Contractors shall receive FAA�s responses and/or answers in writing. 2. Pre-award correspondence: Coordinate questionnaires and RFI through the FAA CO. Answers are considered part of the contract and contractor�s pricing proposal. 3. Post-award RFI must be numbered sequentially for tracking purposes. 4. Between award and construction: Coordinate questionnaires and RFI through FAA Site Contacts. 5. Construction onward: Coordinate questionnaires and RFI through the FAA COR designated by the CO. 3.7 Submittal Procedures 3.7.1 Procedure 1. Submittals must be provided by the Contractor for review and approval prior to, during, and after construction. The Contractor is responsible for the adequacy of submittals for compliance with the Contract. 2. Each submittal must include a cover sheet with the company�s letterhead, transaction number, sequential submittal number, title and description, and date. 3. The contractor shall receive FAA�s review in writing with an approval status as follows: o A: Approved as submitted. Contractors may proceed with material/equipment purchase and/or activity. o B: Approved as noted. Same effect as A, but contractor must comply with reviewer�s notes. Re-submittal is not required. o C: Revise and resubmit. o D: Rejected. New products, material, procedures, etc. must be submitted. o E: Not applicable nor required under contract. No action needed. 4. The due date for review is 15 days. Extension, if needed, shall be notified to the contractor in writing before the due date. 3.7.2 Submittal Registry Submit the following to the COR for approval before material acquisition or proceedings to activities: 1. Safety and Health Plan per 3.4.1. 2. Project Schedules: within five (5) calendar days from the date of the award of the contract. The schedule shall show the order in which the Contractor proposes to carry out the project, including dates from start to completion with time frame for procurement of materials, equipment, and major activities. 3. Product Data: for each of the products and equipment listed in Section 4, provide a separate submittal to the FAA for approval according to 3.6.1, before facilitating purchase order. Submittals are required for any new material that will be installed as a part of this project that has not been specifically listed as approved for use. 4. MSDS per 3.4.4. 5. Daily list of contractors� personnel on site during construction. 6. Warranty: Provide warranties by industrial standards to include equipment and installation quality from manufacturers and installation contractors. Documentation for the warranties shall be provided to the government upon completion of the project. 7. Certified payroll records, periodically or at the end of the project, depending on project duration. 8. Other submittals may be added if deemed necessary for safety, quality, etc., during the course of the project. 3.8 Project Modifications 3.8.1 Conflict Resolution The Contractor shall meet standards, specifications, and drawings as specified herein. The specifications and drawings shall rule in all cases. Specifications shall govern over drawings. If any conflict exists between site drawings (location-specific drawings) and standard drawings (drawings not referring to a particular location), the site drawings shall govern. In the event of dimensional discrepancies or omissions, the contractor shall verify and correct the information, and notify the COR. 3.8.2 Modifications When changes occur that impact cost, significant schedule delay, and/or quality of material and installation delivery, discuss with the COR before submitting proposed modifications. Do not commence works in the proposed modifications until approved by the FAA CO. 3.8.3 Stop Work Orders When the Contractor or subcontractors are notified by the COR of any non-compliance with the provisions of the contract and the action(s) to be taken, the Contractor shall correct the unsafe or unhealthy condition. Life-threatening or other serious violations shall be corrected immediately. Non-serious violations shall be corrected within 24 hours of the non-compliance notice. The COR may stop the work with a �stop work order� if the Contractor fails to comply promptly with all or any part of the work being performed. When, in the opinion of the COR, satisfactory corrective action has been taken to correct the unsafe and unhealthy condition, the Contractor may resume work. The Contractor shall not be allowed any extension of time or compensation for damages by reason of or in connection with such work stoppage. 3.9 Inspection 3.9.1 Access for Inspection 1. The Contractor shall allow the COR complete access to all portions of the work. Portions of the work buried, enclosed, or disguised, shall be inspected by the COR before being obscured by the next operation. In all cases, the COR shall be informed accordingly and given access to the work. Work obscured before inspection and acceptance by the COR may, at the option of the COR, be opened for inspection at no additional cost to the Government. 2. The COR will inspect all work in progress up to completion and final Contractor�s Acceptance Inspection (CAI), including all materials, tools, and equipment. Such inspection may extend to all or a part of the work for the preparation, fabrication, or manufacture of the materials to be used. The COR will notify the Contractor of any non-compliance with the contract specifications and/or drawings and may reject workmanship or materials accordingly. 3.9.2 Contractor's Acceptance Inspection (CAI) After substantial completion of all the Contractor's work, a CAI will be conducted between the Contractor and Government. The COR will review the contract documents and verify that the Contractor has completed all required work. If work remains completed, an itemized list will be prepared, and the contractor at no additional cost to the Government shall complete the remaining tasks correctly. A Joint Acceptance Inspection (JAI) requires FAA personnel to be present. It may be held concurrently with the CAI. 3.10 Closeout 3.10.1 Site Restoration 1. Repair damages of any portion of the facility to its original condition caused by construction operations. 2. Repair damages on access road caused by contractors� use from transporting materials, waste, and equipment that alter safety/future usage of the road from its original conditions. 3. Clean up and restore the site grounds to its original condition after the work has been performed. 3.10.2 Substantial Completion Procedures 1. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining the date of Substantial Completion: o Submit closeout submittals including project record documents, operation and maintenance manuals, and similar final record information. o Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. o Submit maintenance material submittals including tools, spare parts, extra materials, and similar items, and deliver to the location designated by the COR. Label with manufacturer's name and model number. 2. Coordinate with the COR for the final Contractor Acceptance Inspection as described in Paragraph 3.8.2. 3.10.3 Documentation 1. Submit all documentation including Operation Maintenance Manual and Warranty. 2. Submit certified payroll records with the final payment application. 4 PRODUCT AND INSTALLATION REQUIREMENTS 4.1 Scope and Quantity Verifications 4.1.1 Site Visit A pre-proposal (bid) site walk is highly recommended. Questions asked at the site visit will not be answered verbally. Questions and their applicable answers will be posted on a formal amendment and incorporated into the Request for Offers. 4.1.2 Site Condition and Quantity The contractor is responsible for ensuring that their offer reflects all work and time required to accomplish this project. The dimensions, measurements, and quantities of materials if listed herein are estimated and are presented to give the contractor an idea of the total scope of work. 4.2 Installation of CPC Vault Emergency Lighting System Control Module and Batteries 4.2.1 General 1. Work Location: In the Oakland ARTCC Room 120, CPC Vault ELM3 (Drawing Attached). 2. System Specification: The existing system to be replaced is a Phillips Synthesis CHT Series 14KVA Single Phase UPS Emergency Lighting System Control Module and Werker High Rate Sealed Non-Spillable Lead Acid Battery, 370 WPC @ 15 MIN Rate to 1.67 VPC (40 Each). 3. Submittal: Submit product specification for the proposed new CPC Vault Emergency Lighting System Control Module and the 40 new 12V Batteries. 4. Acceptable Emergency Lighting UPS (Buy American Act (BAA) and UL 924 Compliant): o The replacement UPS must match the manufacturer, model and specifications as specified in this SOW, as follows: 1. Manufacturer: Myers 2. Model: Illuminator Supernova Single Phase 3. UL924 listed 4. Standard, UL924 compliant, 90-minute battery back up 5. Control system with LCD interface 6. NEMA1 enclosure 7. Standard Battery Type 8. Internal Maintenance Bypass (make before break) 9. 16,7KVA 10. Input Voltage = 480V Single Phase 11. Output Voltage = 277V Single Phase 12. Output Circuit Breakers 1. 20A, Quantity 18 2. 40A, Quantity 2 3. Normally ON 4. 42W x 79H x 25D 5. Total System Weight 3,470lbs 13. Factory Startup and training 14. Standard one year warrantee included 15. Buy American Act Compliance 5. Connect new unit to existing input and output circuits 6. Located in Room 120, CPC Vault ELM3 of the facility o Substitution is allowed if the preferred product is no longer available, provided the proposed product meets or exceeds the preferred product�s specification, including BAA compliance and UL 924 listing. Submit the substitution product for approval before ordering. 5. Demolition: o Coordinate with COR and Site Contacts for a shutdown of the existing CPC Vault Emergency Lighting System. o Disconnect the battery source from the emergency lighting unit prior to the removal of the unit o Remove feeders and branched circuits and protect them in place from being damaged during demolition o Remove and dispose of existing CPC Emergency Lighting System Control Module and the 40 � 12V Batteries in a safe and orderly manner. o Keep the disturbance of the Area surrounding Room 120 to a minimum. 6. Installation: o Test and assure the existing electrical wiring for the equipment to be installed is adequate and working properly prior to installation. Replace as needed. o Install the New CPC Vault Emergency Lighting System Control Module and the 40 � 12V Batteries. o Connect all feeder and branched circuits to the new unit o Commissioning and Manufacturer Startup: Conduct a full system commissioning, including manufacturer-led startup and testing, to verify proper operation, integration, and compliance with all specifications and standards. All manufacturer recommendations for initial startup and calibration shall be followed. o Test for acceptable operation of the system once completed. o Clean up and restore work areas in a professional manner. o Coordinate with COR for restoring services to Room 120 CPC Vault ELM3 Area. 4.3 Applicable Orders, Standards and Specifications The following codes and standards contain provisions that constitute provisions of this Document. At the time of publication, the editions indicated were valid. All codes and standards are subject to revision; parties to agreements based on this Document shall apply the most recent editions of the code�s standards indicated. All Personnel involved with the design or installation of LED Lighting at ZOA ARTCC must have access to the following documents. All equipment, construction practices, design principles, and installations must conform to the latest version of any or all of the following standards and codes, published by the following organizations, where applicable. 1. FAA-C-1217h Change 2 Electrical Work, Premises Wiring o Note: While FAA-C-1217h Change 2 is specified in the original source, bidders should also be aware of FAA-STD-1217G as a related electrical standard, ensuring compliance with the latest applicable versions. 2. FAA-STD-019f Change 3 Lightning and Surge Protection, Grounding and Shielding Requirements for Facilities and Electronic Equipment o Note: While FAA-STD-019f Change 3 is specified in the original source, bidders should also be aware of FAA-STD-19G as a related lightning and surge protection standard, ensuring compliance with the latest applicable versions. 3. National Electrical Safety Code (NESC) 4. NFPA 110 Standard for Emergency and Standby Power Systems END OF SUMMARY OF WORK
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/260ad76e6a3a408daff690c68b624e8d/view)
- Place of Performance
- Address: Fremont, CA 94536, USA
- Zip Code: 94536
- Country: USA
- Zip Code: 94536
- Record
- SN07560684-F 20250823/250821230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |