SOLICITATION NOTICE
44 -- REPLACE STEAM AND CONDENSATE INSULATION IN TUNNELS.
- Notice Date
- 7/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Heating Operation & Transmission Division (WPO), 13th & C Streets, SW 2nd Floor, Washington, DC, 20407, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- GS11P07YMC0077
- Response Due
- 8/16/2007
- Archive Date
- 8/31/2007
- Description
- THERE WILL BE A PREBID CONFERENCE ON JULY, 26 2007 AT 10:AM AT 13TH & C, STREETS S.W. WASHINGTON D.C. 20407. THERE WILL ONLY BE ONE WALK THROUGH SO PROMPT ACTION IS NEEDED. THERE WILL ALSO BE BID BONDS AND PERFORMANCE BONDS NEEDED ON THIS PROCUREMENT. 1. The contractor shall furnish all of the necessary equipment, labor, supplies, and supervision to replace pipe insulation throughout the GSA steam distribution system. Work is to be performed at various locations throughout the District of Columbia. 2. The contractor shall replace pipe insulation and aluminum jacketing as listed in the table below. All of the piping is bare except where noted in the ?Description of work? column for removal of the old insulation. The new insulation shall be SSL 850-degree fiberglass insulation. The contractor shall install two layers of 2-inch-thick insulation on the steam line, with top and bottom layers overlapping 50% of their length. The contractor shall wrap the insulation with .016-inch stucco-embossed aluminum jacketing secured with 3/4" stainless steel bands and wing clips every 18 inches. The expansion joints and valves are not to be re-insulated. Each length at an expansion joint or valve represents the combined length of piping to be insulated on both sides of an expansion joint or a valve. 3. Most of the steam lines shall remain energized during this project, with the exception of winter-only use of the steam lines in the 27th Street and Virginia Avenue tunnels. There are approximately 9 tunnel sections and no manholes where piping is to be insulated in this project. Access is gained to the tunnels through personnel openings with ladders and through material access openings. Most of the tunnel entrances are in the sidewalk, although several entrances are in the street. The contractor is responsible for coordinating with the city for lane closures where necessary. The pipes are between floor level and 6 feet high, and are supported by rollers and pipe guides resting on concrete pedestals and steel stanchions in the tunnels. The average temperature of the tunnels is anywhere between the outside air temperature and 130 degrees F. The tunnels have ventilation fans in most areas. There are 120-volt electrical outlets every 40 feet in the tunnels. 4. The government will supply the insulation for this project with the exception of the aluminum jacketing, stainless steel bands with wing clips, elbow insulation and jacketing, 1000 feet for the 20? steam line. The government-furnished insulation is located in the basement and fifth floor of the West Heating Plant at 1051 29th Street NW. All of the steam line elbows are 90-degree elbows. Aluminum end caps are not to be installed or included in the fixed price or unit pricing. Exposed ends of the fiberglass insulation shall be sealed with Childers Chil-Perm WB CP-35 vapor retarder coating or government-approved equivalent, and the jacketing cut and bent over to cover the end of the insulation (see attached picture ?jacketing covering end.jpg?). 5. The government-furnished insulation is to be inspected by the contractor and the government prior to installation on the pipe. Insulation that is not acceptable shall not be installed. The contractor shall notify the government representative when each item number has been completed so that the completed work can be inspected by both parties. If the completed work has been approved by the government representative, both parties are to sign or initial their approval next to the item number. A dumpster, a job box, and a ladder may be placed at the West Heating Plant. The contractor can work anytime between 6 am and 4:30 pm Monday through Friday. B. General Contract Specifications 1. The contractor shall complete the work specified under this contract within 180 calendar days from the receipt of the Notice To Proceed. 2. The contractor shall ensure that his/her employees have proper identification in accordance with the regulations stipulated for the Steam Distribution Complex (SDC). The Steam Distribution Complex is a Security Level 5 facility; the Contractor shall comply with all security regulations for this facility. For each Contractor employee or subcontractor performing work in the SDC for a period of thirty days or longer, the following regulation applies: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) (a) The Contractor shall comply with agency personal identity procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. CLEARANCE OF CONTRACT EMPLOYEE PERSONNEL (a) Overview. Homeland Security Presidential Directive-12 ?Policy for a Common Identification Standard for Federal Employees and Contractors? (the Directive) became effective August 27, 2004. The contractor shall comply with guidance concerning implementation of the Directive provided by the contracting officer. Notice-to Proceed shall not be issued until the clearance process described in paragraph (3) General Description of the Clearance Process below is complete. (b) Submission of Forms. The contractor shall submit after award the following forms and information for each contractor employee who will require access to Federally-controlled facilities and/or a Federal information system in performance of the contract. ? SF 85P, Questionnaire for Public Trust Positions (1 original and 1 copy) (SF 86A, Continuation Sheet for SF86, SF85 and SF85P, shall be used if additional space is needed) ? FD 258, Fingerprint Card (2 originals) ? OF 306, Declaration for Federal Employment (1 original) [The employee may omit answers to items 17 and 18, and signs the form in the applicant block]. ? GSA Form 3665, Credit Release Authorization (1 original) The contractor shall furnish these forms to the contracting officer in a sealed envelope together with a cover letter for each applicant on the company?s letterhead. The letter shall be attached to the outside of the envelope and list the following: ? The applicant full name and the last four digits of his/her social security number ? The contract number ? The name, address and phone number of the individual who took each set of fingerprints. (c) General Description of the Clearance Process. FBI Name Check and FBI National Criminal History Fingerprint Check. Upon receipt of the sealed envelope containing the required forms, the Contracting Officer will forward each clearance package to the GSA Central Office for initial processing. A preliminary review will be conducted which consists of an FBI Name Check and an FBI National Criminal History Fingerprint Check. If the checks are favorable and upon initiation of the NCAIC, the contractor employee may be granted limited access to Federally-controlled facilities and Federal information systems. This process takes approximately two (2) weeks but could take longer. National Agency Check with Written Inquiries and Credit (NACIC). For contractor employees who receive a favorable FBI check as described above, a National Agency Check with Written Inquiries and Credit (NACIC) will be initiated. The NACIC check includes record searches with selected sources covering specific areas of the employee?s background including credit, and written inquiries covering specific areas of the employee?s background during the past 5 years. This process takes approximately six months but could take longer. (d) Issuance of Identification Credential. Upon receipt of a favorable FBI Background and NACIC checks, each contract employee may be issued an identification credential in accordance with the federally-controlled facility procedures and be granted full access to those Federal information systems necessary to accomplish the contract. The contractor shall ensure that all contract employees display their credentials in accordance with facility procedures. The contractor shall also ensure that such credentials are returned to the government as contract employees are dismissed or terminated, and upon expiration of the contract. (e) Unsuitable Employees. If the Contracting Officer receives an unsuitable report on any prospective contractor employee, or if the CO finds a prospective employee to be otherwise unsuitable or unfit for his assigned duties, the contractor shall be advised immediately by the Contracting Officer that such employee will not be allowed to work under the contract. The contractor must then take action to remove the employee from the GSA contract. 3. It shall be the responsibility of the contractor, prior to bidding this job, to inspect the work site, determine the quantity of work involved, check dimensions, compare the specifications with the work to be done, and inform themselves as to all existing site conditions. Failure to do so will in no way relieve the successful contractor from work that may be required to carry out the terms of this contract in accordance with the true intent and meaning of the specifications, without additional cost to the government. 4. The steam distribution tunnels and manholes are hot, damp, and dark. The contractor must inform his/her employees of the working conditions and the possible safety implications. The contractor shall provide proper ventilation, cooling, electric power, and lighting in the tunnels and manholes as necessary. The contractor shall provide his/her employees with hard hats and steel-toe safety shoes, as well as any other safety equipment necessary when working in the tunnels or manholes. The contractor shall provide a 4-gas air monitor for each work crew. The Government shall provide a two-way radio to each contractor work crew for communication purposes with GSA personnel. The tunnel entrances and manholes will be opened by GSA personnel each day as necessary. No person shall enter the tunnel system alone; entries will only be authorized when at least two individuals are entering the space. No eating or smoking is allowed in the tunnel system. 5. The contractor shall receive a safety orientation presented by the Government safety representative before commencement of work in the steam distribution system. The contractor shall ensure that his employees follow all OSHA regulations for the work environment, and the contractor shall ensure sound engineering methods in the repairs of these areas. All entrants into the steam distribution tunnels and manholes shall have been trained in accordance with OSHA's Confined Space Entry (29 CFR 1910.146). The contractor shall provide to GSA a copy of their confined space entry procedures. The contractor shall not operate any mechanical or electrical equipment (such as valves, fan and sump pump disconnect switches, etc.) in the steam distribution system. The contractor shall lock-out and tag-out the isolation valves (or other pertinent equipment) on both sides of the equipment being replaced. The contractor shall perform a hazard analysis to be reviewed by the Government before commencement of work in the steam distribution system. The contractor shall coordinate with the city government when work will affect traffic flow. 6. The contractor shall keep the work area clean and free of materials or objects that compromise the safety of the contractor's personnel, GSA employees and other contractors, or the public. This includes disposal of all demolition and construction debris. All waste generated as a result of contractor excavation and construction and/or installation of contractor supplied materials or equipment is the property of the contractor except items defined as "salvage" by the Government. The contractor is responsible for the removal of his waste and shall not use government owned or controlled equipment to contain, store, or otherwise handle his trash or debris. The contractor shall provide sufficient containers to remove all waste created by his operations and remove same from the job site as soon as practicable. The contractor is responsible for assuring that all waste from Government work is disposed of only through a facility that has been certified by the appropriate State or local agency for waste management, or by the Environmental Protection Agency. 7. Upon the conclusion of all work, a comprehensive inspection and performance test shall be performed by the government representatives prior to the issuance of final approval and acceptance by the government. 8. The contractor shall warranty all workmanship for a period of two years from the date of acceptance by the Government. 9. A pre bid meeting, including a walk-through of some of the construction sites, will be scheduled. Bidding contractors shall check the solicitation documents for the scheduled date and time. Contractors shall submit proof of their confined space entry training before entering the tunnels. C. Contractor Qualifications Contractors shall submit with their bid packages three references to attest to their experience and previous successful completion of jobs of the type and magnitude specified under this solicitation. The field service technician must have at least 3 years experience in performing work of this nature. 1. Contractors shall submit evidence of their experience and qualifications. The successful contractor must have at least 3 years successful experience in performing work of this nature. 2. Contractors shall furnish resumes of the individuals in their companies responsible for the technical portion of the work, including the field service technicians to perform the field work. 3. Contractors shall furnish a minimum of three (3) successfully completed projects similar to that specified herein. The following information shall be required on each project listed: (a) Project Name (e) Client Address (b) Project Completion Date (f) Contact Person (c) Project Location (g) Client Phone No. (d) Client Name 4. The contractor shall furnish all information as required in paragraphs "1" through "3" as part of their bid package. D. Basis of Offer The contractor shall quote a firm, fixed price to perform the work as specified under the terms and conditions of this specification. The contractor shall provide unit prices for re-insulating the piping for all of the line sizes and insulation thicknesses as specified in the Standard Form 1442. The insulation and aluminum jacketing shall be installed per paragraphs A.2 and A.3 in the specifications above.
- Place of Performance
- Address: STEAM DISTRIBUTION TRANSMISSION (HOTD), , 13TH & C, STREETS S.W. WASHINGTON D.C. 20407
- Zip Code: 20407
- Country: UNITED STATES
- Zip Code: 20407
- Record
- SN01343684-W 20070718/070716224357 (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 |