SOLICITATION NOTICE
29 -- Main Hangar Air Compressor Replacement
- Notice Date
- 7/17/2023 10:54:21 AM
- Notice Type
- Solicitation
- NAICS
- 333998
—
- Contracting Office
- 11TH COAST GUARD DISTRICT OFFICE ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 20290PR230000227
- Response Due
- 7/21/2023 9:00:00 PM
- Archive Date
- 08/06/2023
- Point of Contact
- Gary Agan, Phone: 9166437678, CHristopher Bahn, Phone: 9166437674
- E-Mail Address
-
Gary.C.Agan@uscg.mil, Christopher.a.bahn@uscg.mil
(Gary.C.Agan@uscg.mil, Christopher.a.bahn@uscg.mil)
- Description
- STATEMENT OF WORK Main Hangar Air Compressor Replacement USCG Air Station Sacramento 1.0 GENERAL REQUIREMENTS 1.1 PROJECT DESCRIPTION Main hangar reciprocating Air Compressors and dryer cannot support the demand of pneumatic equipment used by aviation personnel. The current air compressors are loud and due to the age of the units, require excessive maintenance and funding to maintain. In addition, due to the excessive heat, the units often do not operate efficiently and create excessive moisture. Switching over to rotary compressor is 25% more efficient, lowers the cost of ownership, reduces the carbon footprint, stays functional in extreme temperatures, and reduces noise level. 1.1.1 Technical Point of Contact (POC): LT JAMES DUHAMEL (774) 303-0798 MKC ART CASTANEDA (626) 497- 6000 1.2 LOCATION 1.2.1 Work to be conducted at USCG Air Station Sacramento. 6037 Price Ave McClellan, CA 95652 1.3 AIR STATION AND LOCAL REGULATIONS 1.3.1 The work site is on Government property. All rules and regulations issued by the Commanding Officer covering safety, vehicle operation, and sanitation must be always observed by the Contractor and his employees. 1.3.2 All personnel employed on site shall keep within the limits of the work and shall not enter any restricted area unless required or escort by a unit member. The Contractor�s equipment shall be conspicuously marked for identification. 1.3.3 The Contractor shall control its employee�s traffic on site. Parking for workers shall be at a suitable location as directed by the Technical POC. 1.3.4 The Contractor shall coordinate work with the technical POC to minimize any disruption to normal unit operations. 1.4 DAMAGE TO GOVERNMENT PROPERTY 1.4.1 Any damage caused to Government or private property shall be corrected at the Contractor�s expense. 1.5 SAFETY AND SECURITY 1.5.1 The Contractor shall provide all necessary safety equipment to protect the work site area. All work shall be performed in accordance with O.S.H.A. Safety standards to prevent injury to housing occupants, by-passers, or workforce. 1.5.2 Contractor shall comply with Federal and State of California safety and health regulations. When standards differ, the more stringent shall apply. All accidents and property damage shall be reported to the Technical POC. 1.5.3 The Contractor shall be responsible for the security of their material, tools, and equipment. The Government shall not be responsible for their loss. 1.5.4 The Contractor shall comply with all rules and regulations issued by the National Fire Protection Association covering the use and storage of flammable mixtures or material which might constitute a fire hazard. 2.0 EQUIPMENT 2.1 Contractor shall provide whatever equipment necessary to complete the work outlined in the scope, along with post installation inspection. 3.0 SCOPE OF WORK 3.1 Provide all labor, equipment, and materials to complete main hangar air compressors replacement to include: 1. Lock-Out/Tag-Out of power source. 2. Remove existing air compressors using customer provided lift. 3. Place and secure new air compressors using customer provided lift. 4. Install conduit and wire from compressors to existing fused disconnect switch withing 6� of compressor. 5. Plumb from compressor discharge into existing compressed air system. 6. Plumb condensate line to suitable drain point or OWS. 7. Perform factory start-up. 8. Dispose of any materials used or removed from the system. 3.2 Contractor shall do a complete inspection and test, checking for proper operation. 3.3 Services shall be accomplished between the hours of 0730-1530, Monday-Friday, not to include federal holidays except as designated by the contracting officer or official representative. 3.4 The Contractor shall coordinate with the technical POC to schedule a date and time for project commencement. 3.4.1 Project is to be completed within 07 days of the contract being awarded. 3.5 The government shall use a 100% surveillance method. Inspection of work shall be performed at the time the Contractor is at the site performing its services and prior to contractor leaving the site. 3.6 The Contractor shall remove all debris, rubbish, and hazardous waste from the job site. 3.7 The Contractor shall keep the Contracting Officer and /or technical POC fully informed on the daily progress of the work, from the start through completion of this inspection. 3.8 The Contractor shall be prepared to increase scope of work if issue is determined to be more extensive than originally expected. 3.9 Unsatisfactory performance shall result in work being re-accomplished at no cost to the government. 3.10 It is the contractor�s responsibility to verify all measurements/dimensions listed above prior to submitting a quote/proposal. 3.11 Point of contact is MKC ARTHUR CASTANEDA (626) 497-6000. ALL QUOTES MUST BE SENT ONLY TO� Gary.C.Agan@uscg.mil� �(916) 643-7678 Christopher.a.bahn@uscg.mil� 916 643 7674
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04e90f6a663c4f88bafedf06e69a3b11/view)
- Place of Performance
- Address: McClellan, CA 95652, USA
- Zip Code: 95652
- Country: USA
- Zip Code: 95652
- Record
- SN06751701-F 20230719/230717230052 (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 |