COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS
Z -- DELUGE SYSTEM OVERHAUL AT USCG AIR STATION BARBERS POINT, KAPOLEI, OAHU, HAWAII
- Notice Date
- July 3, 2001
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Honolulu, 300 Ala Moana Boulevard Room 8-134, Honolulu, HI, 96850-4892
- ZIP Code
- 96850-4892
- Solicitation Number
- DTCG86-01-R-633277
- Response Due
- August 22, 2001
- Point of Contact
- Felicia Butala, Contract Specialist, Phone 808-541-2197, Fax 808-541-2203, Email fbutala@d14.uscg.mil -- Bonnie Hoe, Contracting Officer, Phone 808-541-2158, Fax 808-541-2203, Email BHoe@d14.uscg.mil
- Description
- Provide labor, materials, transportation, and equipment to provide mechanical and electrical work on existing fire sprinkler deluge risers for aircraft hangar building at USCG Air Station Barbers Point, Kapolei, Oahu, Hawaii. The work includes removal and installation of new deluge control valve assembly and electric actuation trim and accessories, water control valve, drain valve, drain piping, drain manifold, electric alarm bells, water motor alarm bells, piping and drain, actuation pull stations, construction phasing and scheduling, coordination for fire system shutdown, outage, startup, inspection and testing, temporary water supply connections from existing fire hydrants to deluge risers, temporary drain connections, lead based paint disposal and metal recycle, painting, preliminary and final equipment and systems tests, instruction to Government personnel, deluge system wet tests, new temporary protection of electrical equipment, electric vault room and office spaces in hangar to minimize water damages during wet tests, certifications and documentation and incidental related work, complete and ready for use. All work shall be completed within 120 calendar days after receipt of Notice to Proceed. This solicitation is a best value source selection. The contractor shall meet all fire protection system licensing and qualification requirements of the State of Hawaii and shall demonstrate continuous performance of similar type of work for a period of not less than five (5) years and that all work will be performed by personnel specifically qualified and trained to work on fire protection systems and equipment. Evidence of all required licenses and documentation of qualifications of personnel shall be provided. Therefore, offers will be evaluated on price, past performance, key personnel and the following qualifications: (1) Qualification of Installer -- Prior to installation, submit data showing that Contractor has successfully installed systems of the same type and design as specified herein, or that Contractor has a firm contractual agreement with a subcontractor having such required experience. Data shall include names and locations of at least two installations where the Contractor, or the subcontractor referred to above, has installed such systems. Indicate type and design of each system and certify that each system has performed satisfactorily in the manner intended for not less than 18 months; (2) Qualification of System Technician?Installation drawings, shop drawing and as-built drawings shall be prepared, by or under the supervision of, an individual who is experienced with the types of work specified herein, and is currently certified by the National Institute for Certification in Engineering Technologies (NICET) as an engineering technician with minimum Level-III certification in Automatic Sprinkler System program. Contractor shall submit data for approval showing the name and certification of all involved individuals with such qualifications at or prior to submittal of drawings. This solicitation is issued under and resulting contract to be awarded under the Small Business Competitiveness Demonstration Program (PL 100-656). The construction range is between $50,000 to $100,000. Only faxed or written requests for bid packages are acceptable. All responsible sources may submit an offer which shall be considered. This notice is for informational purposes for minority, women-owned and disadvantaged business enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGCEUH/DTCG86-01-R-633277/listing .html)
- Record
- Loren Data Corp. 20010706/ZSOL003.HTM (D-184 SN50Q8C4)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|