Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS

Z -- RELOCATE AND INSTALL TRANSFORMER AND REROUTE ELECTRICAL SERVICE

Notice Date
June 21, 2001
Contracting Office
USDA, ARS, FMOD, Purchasing Section, 10300 Baltimore Ave., Bldg. 003, Room 320, Beltsville, Maryland 20705-2350
ZIP Code
20705-2350
Solicitation Number
transformer004
Response Due
July 31, 2001
Point of Contact
T.C. Mitchell
Description
DESC: U.S. GOVERNMENT PROCUREMENTS CLASSCOD: Z-Maintenance, Repair or Alteration of Real Property OFFADD: USDA, ARS, FMOD, BA, Purchasing Section, 10300 Baltimore Ave, Bld. 003 Rm 321, Beltsville, MD 20705-2350 SUBJECT: Relocate and Install Transformer and Reroute Electrical Service Solicitation# transformer004 DUE 073101 POC T.C. Mitchell DESC: Contractor shall supply all labor, materials, supervision and equipment to relocate and install a transformer and reroute electrical service. This is a request for quotes (RFQ). The contractor shall relocate the 500KVA transformer that is disconnected and located at the front of Bld. 004 to the existing transformer pad in front of Bld. 009 between head houses #4 and #5 Beltsville, Maryland. The transformer shall be placed on the pad so that the conduit stub-ups are located in the proper compartments of the transformer. The contractor shall install existing conductors in existing conduit for termination at the transformer. The contractor shall install 15KV loadbreak elbows on the new 15KV conductors and install them on the bushings when the secondary voltage work is complete. During the above construction the high voltage feeders inside of the junction box must remain live. The contractor shall make use of as much of the disconnected temporary conduit and conductors as possible throughout this project. The contractor shall also provide temporary power by means of a generator to loads to be identified by the engineer. The duration of the outage shall not exceed 8 hours and shall occur on a Saturday. Because of the nature of this project and the required outages, all work shall be completed in a timely manner and in a orderly fashion described as phase 1 and phase 2 in the Statement of Work. All request for outages shall be addressed to the engineering section allowing for a 10 day minimum period to notify users of the forthcoming outage. It is the responsibility of the contractor to verify all measurements and quantities prior to commencing work. Job completion time is 60 days after notice to proceed. 30 calendar days shall be allotted for the submittals review and resubmittal process, all work at the site shall be completed in a one 30 calendar day period. A payment bond or Irrevocable letter of credit must be presented to the Contracting Officer within 10 days after notice to proceed. Only one site visit will be conducted on July 16, 2001, 11am, at Bld. 004, 10300 Baltimore Ave, Beltsville, Maryland 20705. Any questions regarding this project must be in writing NLT July 20, 2001 faxed to 301/504-0333 or by mail to address above, no answers will be mailed prior to that date. Magnitude of project is between $25,000 and $100,000 and will be procured using Simplified Acquisition Procedures, 100% small business set-aside. A firm fixed price purchase order will be awarded to the responsible/responsive offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. NAICS code is 235310 with a small business standard of 11.5 million. RFQ will be issued/mailed on July 5, 2001. Written request only by fax to 301/504-0333 or by mail to address above (specify solicitation number on your request). Limited amount of copies available on a first come first serve basis. Quotes are due by July 31, 2001 COB. Quotes will be accepted by fax , mail or hand delivery. Anticipated award date August 7, 2001. All offerors must include with their quote a completed copy of the Certifications and Representations FAR 52.204-3 Taxpayer Identification. This is a Request for Quotes (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-22. All work shall be in compliance with the Statement of work and all codes and regulations cited therein, USDA special conditions, USDA clauses, wage rate MD010057 mod.4 and FAR regulations cited: 52.209-5 Certification Regarding Debarment Suspension and other responsibility matters, 52.219-1 Small Business Program Representation, 52.228-13 Alternative Payment Protection. FAR certifications and representations and other cited FAR clauses can be found on http://arnet.gov/far.
Record
Loren Data Corp. 20010625/ZSOL011.HTM (W-172 SN50P6S1)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on June 21, 2001 by Loren Data Corp. -- info@ld.com