SOLICITATION NOTICE
45 -- Air Station Sitka Backflow Preventer Repair/Inspect/Certify
- Notice Date
- 6/22/2022 4:48:50 PM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 17TH COAST GUARD DISTRICT OFFICE JUNEAU AK 99802 USA
- ZIP Code
- 99802
- Solicitation Number
- 20280PR220035755
- Response Due
- 6/29/2022 1:00:00 PM
- Archive Date
- 07/14/2022
- Point of Contact
- Mason Ferril, Phone: 9079665527, Richard Thomas, Phone: 9079665441
- E-Mail Address
-
mason.s.ferril@uscg.mil, richard.o.thomas@uscg.mil
(mason.s.ferril@uscg.mil, richard.o.thomas@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DIVISION 1 - GENERAL REQUIREMENTS SECTION 01100 - GENERAL PARAGRAPHS PART 1 GENERAL 1.01 INTENT: The intent of this project is to obtain annually required inspections and/or services for domestic water backflow preventers located at US Coast Guard Air Station Sitka, 611 Airport Road, Sitka, Alaska 99835. 1.02 OBJECTIVE: The Government�s objective is to meet the inspection required by ANSI/ASME, to detect potential problems and minimize future repair costs. Replace or repair failed 8� AMES DCVA 2000SE pump house deluge tank backflow preventer. 1.03 SCOPE OF WORK: Contractor shall furnish all labor, tools, materials, transportation, equipment, supervision and personnel to perform the required inspection and testing of the backflow preventers at Air Station Sitka facilities. Contractor shall perform annual periodic inspections and certification applicable to OSHA/NFPA recommended standards and other pertinent if required standards. Report all findings along with description of all inspection findings and details. No repairs outside of the preventative maintenance criteria are authorized except the replacement failed 8� AMES DCVA 2000SE pump house deluge tank backflow preventer. 1) Replace or repair 01 each 8� AMES DCVA 2000 SE with comparable parts or better on fire system deluge tank water supply. 2) Test and certify 08 Backflow preventers 3) Provide Backflow Prevention Assembly Test Report. 1.04 Contractor shall provide personnel who have the knowledge, qualifications and experience to perform the functions outlined in the Statement of Work. 1.05 CONTINUITY OF FACILITIES OPERATION: Schedule work to minimize interference with the facilities normal operations. Notify the Public Works Officer or Public Works Chief 24 hours in advance of any shutdowns. Perform all on-site work between the hours of 8:00 AM and 4:00 PM, Monday through Friday (Federal Holidays excluded), unless otherwise approved by the Contracting Officer or Contracting officer�s Representative. 1.06 PERFORMANCE REQUIREMENTS: The Contractor shall provide services and inspections for backflow preventers that comply with Occupational Safety and Health�Administration (OSHA) & National Fire Protection Association (NFPA). The services shall be performed on the following government equipment: 1) Test ANT/MK Shop Domestic water supply (a) 2� WATTS RPBA 909 M1 QT 2) Test ANT/MK Shop Fire Sprinkler supply (a) 4� AMES DCVA 2000 SS 3) Test ANT/MK Shop boiler supply (a) 3/4� WATTS RPBA909 QT 4) Replace & Test Fire Pump House deluge tank supply (a) 8� AMES DCVA 2000SE (b) Failed in 2020 - #1 and #2 check failed to hold. 5) Test MWR building Domestic water supply (a) �� WATTS RPBA 909 QT 6) Test Composite BLDG Domestic water supply (a) �� WATTS RPBA 909 QT 7) Test Composite BLDG Fire Sprinkler Supply (a) 4� AMES DCVA 2000 SS 8) Test Hanger BLDG Domestic water supply (a) �� WATTS RPBA 909 QT 1.07 PERFORMANCE STANDARDS. Proper adherence to all safety procedures is required prior, during and after work being performed. The contractor shall furnish all personal protective equipment (PPE) as required. The contractor shall safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities, and avoid interruptions of Government operations in the performance of services. Submit background info on all requiring access to site to perform work. To include name, date of birth, & driver�s license information. At least one week prior to start of project. 1.08 GOVERNMENT FURNISHED EQUIPMENT. The government will provide the following if deemed necessary 1.) Safe access to all equipment will be provided for your inspector by the USCG Airstation Sitka. 2.) Background check required for all technicians to access facilities. 1.09 DELIVERABLES. 14 days after the inspections are performed the contractor shall provide a detailed system report to U.S. Coast Guard Air Station Sitka via email in PDF format to COR listed in scope. 1.10 LIABILITY OF DAMAGES. The contractor shall be liable for all damages to Government equipment and property when such damage is due to fault or negligence of the contractor. The contractor shall be responsible for all damages or injury to persons that occur as a result of the contractor�s fault or negligence. The contractor shall take proper safety and health precautions to protect the work the workers, the public, and the property of others.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2db41ccc0b374a7c90d016a7bd12c30d/view)
- Place of Performance
- Address: Sitka, AK 99835, USA
- Zip Code: 99835
- Country: USA
- Zip Code: 99835
- Record
- SN06365442-F 20220624/220623060615 (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 |