Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOURCES SOUGHT

Z -- Repair Fire Suppression Systems

Notice Date
8/7/2009
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 354 Broadway St, Unit 5B, Eielson AFB, Alaska, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
FTQW-SUPPRESSION_REPAIR
 
Point of Contact
Kristina R. Sherry, Phone: 907-377-2905, Vance W. Farrell, Phone: 907-377-0108
 
E-Mail Address
kristina.sherry@eielson.af.mil, vance.farrell@eielson.af.mil
(kristina.sherry@eielson.af.mil, vance.farrell@eielson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE seeking the interest of potential and eligible Contractors in an Firm Fixed Price Purchase Order at Eielson Air Force Base, Alaska. OFFERS OR PROPOSALS WILL NOT BE ACCEPTED. THIS IS NOT A PRESOLICITION OR SOLICTATION. The work consists of the Contractor furnishing all engineering, labor, equipment, and materials to perform the work required, in accordance with Statement of Work. The following is a summary of work for the repair the fire suppression system at the power plant warehouse, building 6310, and the repair of the fire suppression system in building 1340, both located at Eielson AFB, AK. The project will include, but may not be limited to: 1. Repair Fire Suppression system at the power plant warehouse, building 6310. Contractor to provide all materials and labor required to install a dry pipe sprinkler system in a 7500 square foot facility. The installed system must meet the requirements of Uniform Facility Code 3-600-01. The Contractor will be responsible for all piping from a 6 inch water take-off line, which is at least six inches above the lip of the utilidor opening. The government will provide the water take-off line with an eight inch flange. In addition to the warehouse area, the Contractor will be responsible for an installed sprinkling system in an office area, a bathroom, beneath stairs going to the mezzanine and a high value storage area. Contractor will provide a fire department connection and a water gong on the outside of the east wall. The project will include, but may not be limited to, the installation of an air compressor, dry pipe valve assembly, piping associated with the installation of approximately 100 sprinkler heads, and any other necessary trim and equipment required for proper operation of sprinkler system, meeting all requirements of UFC-3-600-01. Installation of a reduced pressure principle device (backflow preventer) is mandatory. All connections to the Fire Alarm Panel, such as water gong, tamper switches, water flow switch, and low air alarm, will be made by a government representative. The Contractor shall provide as-built shop drawings of the final installation and these drawings shall be stamped by a state licensed fire protection engineer. 2. Repair Fire suppression system at building 1340. Contractor shall provide all materials and labor to replace an existing 3 inch dry valve riser and 10 inch butterfly valve. The existing dry valve riser to be replaced with a new dry valve riser assembly with an external reset feature. The Contractor is to remove two (2) each check valves and replace them with only one (1) check valve. The intalled dry valve riser assembly will have all of the necessary trim items to meet current fire codes. The NAICS code for this acquisition is 238220 with a size standard of $14 million. The magnitude of this project is between $25,000 and $100,000. **NOTE: All Contractors must be registered in the Centralized Contractor Registration (CCR) program in order to receive a contract award from any DOD activity. Contractors may access the Internet site at: http://www.ccr.gov to register and/or obtain information about the CCR program. The information we are seeking is company name, cage code, point of contact with phone number, fax and e-mail information. Please enter your information in the interested vendor tab or send all information via email to: vance.farrell@eielson.af.mil. Information must be submitted no later than 1600 hours Alaska Standard Time, Friday, 14 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FTQW-SUPPRESSION_REPAIR/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN01903074-W 20090809/090807235539-e462003e5cfcb3aeeea9f95b3af5676c (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.