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, 2017 FBO #5728
SOLICITATION NOTICE

Z -- Supply and install industrial fans in Warehouses 13, 16, 20, 56, and 58, DLA Distribution San Joaquin CA (DDJC)

Notice Date
7/28/2017
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning 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
SP330017B0013
 
Point of Contact
Paul J. Holbert, Phone: 7177707492
 
E-Mail Address
paul.holbert@dla.mil
(paul.holbert@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA Distribution, New Cumberland, PA has a requirement for the supply and installation of industrial fans in Warehouses 13, 16, 20, 56, and 58. located at their site in Tracy, CA. This project is 100% for Small Business SetASide. Solicitation number SP3300-17-B-0013 is expected to follow this announcement within 15 days. The successful contractor shall provide all labor, material, equipment, supplies and supervision to perform the following work: Supply and install industrial fans in Warehouses 13, 16, 20, 56, and 58, DLA Distribution San Joaquin CA (DDJC), Tracy, CA 95304. This is a BRAND NAME or EQUAL requirement. Any equal consideration must be approved by the Project Manager. See specifications below. 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 Description: This project includes installation of industrial fans in DDJC Tracy WHSE 13, 16, 20, 56, 58. Some of the predominant scope items that will be addressed by the project include the following: Scope of work: 1. Supply and install industrial fans in WHSE 13, 16, 20, 56, 58 at the locations shown in the drawings. 2. The Industrial Fans shall make- BigAss Fan, model- Powerfoil X 3.0 or approved equal and meet the following specifications: (i) Fan diameter 24', automatically adjusts fan speed based user settings and a remote temperature sensor. (ii) The fan shall be equipped with eight (8) Powerfoil airfoils of precision extruded aluminum alloy. The airfoils shall be connected to the hub and interlocked with zinc plated steel retainers. (iii) The fan shall be equipped with eight (8) Powerfoil winglets on the ends of the airfoils and eight (8) AirFences positioned on the airfoils at the optimum location for performance. Both the winglet and AirFence shall be molded of polypropylene. (iv) Motor and Gearbox - IP55 motor and NitroSeal Drive gearbox.The fan gearbox shall be a NitroSeal Drive designed. The gearbox shall include a high-efficiency, hermetically sealed, nitrogen-filled, offset helical gear reducer with two-stage gearing, a hollow output shaft, cast iron housing, double lip seals, high quality SKF Explorer Series bearings with crowned cages for optimal lubrication flow, and precision machined gearing to maintain backlash less than 11 arc-minutes over the life of the unit. Lubrication shall be high-grade, low-foaming synthetic oil with extreme pressure additives and a wide temperature range. The gearbox shall be equipped with a hollow shaft threaded to accept a ¾" NPT fitting in which wiring, piping, etc., can be routed to below the fan. (v) Onboard VFD - enclosed in an ABS/PVC-based enclosure with built-in heatsink. The onboard fan controller shall be constructed using a variable frequency drive (VFD) that is pre-wired to the motor and factory-programmed to minimize the starting and braking torques for smooth and efficient operation. The onboard controller shall be prewired to the motor with a dedicated ground conductor to minimize electromagnetic interference (EMI) and radio frequency interference (RFI). (vi) Airfoil retainers, hub clips, safety cables with Grade 8 bolts. (vii) Max sound level 55 dBA. (viii) Mounting Post - The fan shall be equipped with a mounting post that provides a structural connection between the fan assembly and extension tube. The mounting post shall be formed from A36 steel, contain no critical welds, and be powder coated for corrosion resistance. (ix) Mounting System - The fan mounting system shall be designed for quick and secure installation on a variety of structural supports. The mounting yoke shall be of ASTM A-36 steel, welded construction, at least 3/16" thick, and powder coated for appearance and corrosion resistance. No mounting hardware or parts substitutions, including cast aluminum, are acceptable. All mounting bolts shall be SAE Grade 8 or equivalent. (x) Hub - The fan hub shall be made of precision cut aluminum for high strength and light weight. The hub shall be secured to the output shaft of the gearbox by means of high strength bolts. The hub shall incorporate safety retaining clips made of 1/4" (0.6 cm) thick steel that shall restrain the hub/airfoil assembly. (xi) Safety Cable - The fan shall be equipped with a safety cable that provides an additional means of securing the fan assembly to the building structure. The safety cable shall be Ø3/8" (1 cm) diameter and fabricated out of 7 x 19 galvanized steel cable. The end loops shall be secured with swaged Nicopress sleeves, pre-loaded and tested to 3,200 lbf (13,345 N). Field construction of safety cables is not permitted. (xii) Wall Controller Regulatory Requirements: The fan speed control system shall be compliant with NFPA 70-2011-National Electric Code (NEC). Sustainability Characteristics: The system shall be designed to automatically control the speed of Fans from the locations of the wall controller and upper temperature sensor to maximize energy savings and user comfort. The system shall be designed specifically for high volume, low speed Fans, and receives information from user determined settings and temperature sensors. The wall control shall be a digital keypad device with an internal temperature sensor. It shall be wall-mounted centrally within the fan zone. The wall controller shall include a Class II AC Adapter power cord. The mounting location shall meet the requirements of OSHA standard 29 CFR 1910.303(g) for accessibility minimum clearances. (xiii) Upper Temperature Sensor - The upper temperature sensor shall be mounted in the upper portion of the fan zone either by using a I-Beam clamp, or by using four (4) mounting screws. (xiv) Auxiliary Controller 1. The fan shall be equipped with an auxiliary controller capable of providing 100% control of all fan functions. The auxiliary controller shall be a digital keypad device mounted within a cast zinc cover. The cover shall be capable of mounting to a standard switch box. 2. The fan shall be equipped with touchpad controls and an LED display for controlling the fan's direction, operation, speed, and programming. Communication between the fan VFD and auxiliary controller is by a standard CAT5 (or higher) Ethernet cable. 3. The fan shall be equipped with a simple diagnostic program to identify faults in the system. Provisions shall be made for retrieving fan operation and diagnostic data (fault messages) through the auxiliary controller. (xv) Guy wires - All extension tubes 4 ft (1.2 m) or longer shall be tied with guy wires to limit the potential for lateral movement. (xvi) The fan and any accessories shall be supplied by fan manufacturer, which has a minimum of ten (10) years of product experience, ISO 9001-certified and shall not be listed on the Air Movement and Control Association International Inc. (AMCA) Certified Ratings Program (CRP) Non-Licensed Products report in the previous 18 months. (xvii) All fans shall have 15 years parts warrantee and one year labor warrantee. 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. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 238220. The small business size standard is $15,000,000. The magnitude of this effort is between $150,000.00 and $250,000. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-17-B-0013 for the above stated requirement is on or around August 15, 2017. 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 Paul Holbert at paul.holbert@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/SP330017B0013/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin CA (DDJC), Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04602823-W 20170730/170728231921-54ce3a5187011142288c97e7f3de706f (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.