|
COMMERCE BUSINESS DAILY ISSUE OF july 5,1996 PSA#1630USACML&MPCEN&FM, Directorate of Contracting, ATZN-DC, BLDG 241C, FORT
MCCLELLAN, AL 36205-5000 Z -- REPLACE BOILERS IN BUILDINGS 1802, 1801, & 1602 AT FORT
MCCLELLAN, AL SOL DABT02-96-B-0011 DUE 072596 POC Contract Specialist
Jeffery S. Tarvin (205) 848-5219 (Site Code DABT02) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. The
solicitation number for this procurement is DABT02-96-B-0011 and is
issued as an invitation for bid (IFB). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular FAC 90-37. This solicitation is set-aside for
small business. The standard industrial classification code is 5074 and
the small business size standard is 500 employees. Dept. of Labor Wage
Determination 94-2001, revision 2 applies to this solicitation. A site
visit will be conducted on 9 July 1996 at 0900. Reservations must be
made with point of contact identified below. Bid Schedule for HTHW
Boiler Replacement Buildings 1802, 1801, and 1601 ITEM DESCRIPTION QTY
UNIT TOTAL AMOUNT Furnish all plant, labor, materials equipment and
supplies necessary to replace existing HTHW boiler at buildings 1802,
1801, & 1601. All work and materials shall be in accordance with
technical provisions. BASE BID 0001 HTHW Boilers Cleaver-Brooks
packaged watertube model #M4W-700-6000-250HW or equal 3 EA _ If
submitting equal model, technical data or descriptive literature must
accompany bid. 0002 Removal/Disposal/Installation of boilers 3 EA _
TOTAL AGGREGATE BID _ 1. Scope of Work: Remove existing Bryan boilers
located in the mechanical rooms of buildings 1802, 1801, and 1601 and
replace with new complete and operating boilers as specified within
these specifications. Existing flues shall be reused. Modifications to
existing supply and return piping, flues and boiler foundations shall
be made as required for installation of new boilers. Materials and
workmanship of these modifications shall match existing. 2. Disposal of
materials: Existing boilers and accessories removed shall be delivered
to the DEH Warehouse Bldg 202 located on the installation in the DEH
compound. 3. Submittals: The following items shall be submitted (3
copies each) to the Contracting Officer for approval at the times
indicated: 10 days after award: Boiler Catalog Data (including
installation instructions) Installation Shop Drawings Prior to final
payment: Operation and Maintenance Manuals Start-up and Test
Certifications 4. Electrical Work: Electrical work and control wiring
installed under this contract shall be in accordance with the National
Electrical Code, latest edition. 5. Materials and Qualifications: 5.1
Welding procedures and welder qualifications shall be in accordance
with ASME-17. 5.2 Steel Pipe Shall match existing. 5.3 Safety valves
shall conform to ASME requirements. 5.4 Boiler: The high temperature
hot water boiler shall be a Cleaver- Brooks packaged watertube Model
#M4W-700-6000-250HW, high pressure hot water boiler. The boiler shall
have a maximum output of 4,800,000 BTU/hr when fired with natural gas
(1000 BTU/cu-ft). The maximum water temperature shall be 385 degrees F.
The safety relief valves shall be set at 250 psig. 5.4.1 Boiler Trim:
The following items shall be provided and installed on the boiler:
5.4.1.1 Dual Water Column - Water columns shall be located on left and
right side of boiler and shall be piped for easy removal. A gauge
glass set and gauge glass and water column valves shall be provided.
The water columns shall be a Magnetrol Model B241-B10-AAG. 5.4.1.2 Low
Water Cut-Off - The low water cut-off switch shall be an integral part
of the water column. The cut-off shall be wired into the burner control
circuit and shall prevent burner operation if boiler water falls below
the designated safe level. 5.4.1.3 Water Pressure Controls - A minimum
of three (3) controls shall be provided - one (1) auto reset type for
burner on-off controls, one (1) for burner firing rate and one (1)
manual reset type for burner cut-out on excessive steam pressure.
5.4.1.4 Water Pressure Gauge - Gauge shall be located at front end of
boiler and shall include a cock and test connection. 5.4.1.5 Safety
Relief Valve - Safety relief valves shall be provided and installed on
boiler. Safety relief valve type and size shall comply with ASME code
requirements. 5.4.1.6 Alarm Horn - Horn shall have alarm silence
switch and contacts for remote alarm. 5.4.1.7 System Pump Interlock -
Shall include relays and terminals in cabinet. 5.4.1.8 Combination
temperature/pressure gauge shall be mounted on boiler and visible form
floor level. 5.4.1.9 Manufacturer's standard IRI gas train. 5.4.1.10
Burner system with controls for full modulation. 5.4.1.11 High and low
gas pressure switches. 5.4.2 Electrical: Boiler electrical shall be
460 volts, three phase, 60 hertz with transformer for control power(115
volts, single phase, 60 hertz) pre-wired and terminated, mounted in
cabinet. All electrical service connections shall be made to an
electrical entrance box mounted on boiler. Contractor shall make all
electrical connections to the boiler from existing electrical
disconnects in the boiler room. 5.4.3 Forced Draft Blower: Air for
combustion shall be supplied by a forced draft blower mounted on
boiler. Mounting of blower shall be such to minimize vibration and
noise levels. Blower shall be of the centrifugal type, balanced and
directly connected to the blower motor shaft. 5.4.4 Burner and Flame
Failure Controller: A combustion safeguard control, Model CB100, shall
be provided to control ignition, starting and stopping the burner and
provide pre-combustion and post-combustion purge periods. It shall
stop burner operation in event of ignition, pilot or main flame
failure. Trail for ignition shall be limited to ten (10) seconds. 5.4.5
Control Panel: The control panel shall be mounted on the front of the
boiler and shall be conveniently located for the operator. It shall be
a NEMA 1A lockable enclosure. The panel shall contain the electronic
combustion safeguard control, blower motor starter, control circuit
fuse and control switches. A damper positioning switch shall be
provided to permit selection of automatic firing or manual selection of
low or high fire. A terminal board shall be provided to which all wires
entering or leaving the panel shall be connected. The panel shall
include indicating lights to show operating conditions. The lights and
switches shall be located on the panel switch ledge. Electrical
equipment shall be UL listed. Wire shall be oil, heat and moisture
resistant and shall be number coded. 6. Design conditions: Outdoor
ambient air temperature 97 degrees F (max) and 18 degrees F (min). Site
elevation: 700 feet 7. Execution: 7.1 Special tools (uncommon tools)
necessary for the operation and maintenance of boiler and controls
shall be furnished with the boiler. 7.2 Existing boiler foundation
shall be removed or modified to meet new boiler manufacturer's
requirements. Boiler support shall permit free expansion and
contraction of each portion of the boiler or setting. 7.3 Existing flue
shall be reused. Modify as required for new boiler. Materials and
workmanship shall match existing. 8. Start-up and Testing: 8.1 Boiler
manufacturer's representative shall certify installation of new boiler
prior to start-up. 8.2 Contractor shall provide testing of boiler and
controls in accordance with boiler manufacturer's recommendations and
warranty requirements. Boiler manufacturer's representative shall be
present during testing and shall provide certification of test. 8.3
Contractor shall provide manufacturer's standard warranty for boiler
and accessories. Work shall be completed 120 days after date of award.
Work shall be accomplished in buildings 1802, 1801, & 1601, Fort
McClellan, AL Provision at FAR 52.212-1, Instruction to
Offerors-Commercial, applies to this acquisition. Offerors shall
include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
The following clauses apply to this acquisition and are incorporated
by reference: 52.212-4, Contract Terms and Conditions-Commercial Items
52.222-3, Convict Labor 52.233-3, Protest After Award 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity,
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns 52.222-26, Equal Opportunity 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans
52.222-36, Affirmative Action for Handicapped Workers 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era 52.222-41, Service Contract Act of 1965 52.222-42,
Statement of Equivalent Rates for Federal Hires 52.225-3, Buy American
Act-Supplies 52.225-21, Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments Program 52.237-1, Site
Visit Defense Federal Acquisition Regulation Supplement (DFARS) clause
252.247 7023, Transportation of Supplies by Sea, which is included by
reference to implement 10 U.S.C. 2631. 252.225-7001 Buy American Act
and Balance of Payment Program 252.225-7012 Preference for Certain
Domestic Commodities 252.227-7015, Technical Data-Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
Offers are due by 1600 Hours 25 July 1996. Offers must be submitted to:
USACML&MPCEN&FM Directorate of Contracting ATTN: ATZN-DC Bldg 241C Fort
McClellan, AL 36205-5000 The point of contract for this acquisition is
Jeffery Tarvin, Phone (205)848-5219/4318.(0184) Loren Data Corp. http://www.ld.com (SYN# 0187 19960703\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|