Repair Boiler Stacks BLDG 138 & 149
Sources Sought for: Replace Boiler Stacks in Bldg 138 & 149 Project BRKR172002 BIRMINGHAM IAP (ANG) ALABAMA 15 May 2019 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. General provisions of the Contract, incl... Sources Sought for: Replace Boiler Stacks in Bldg 138 & 149 Project BRKR172002 BIRMINGHAM IAP (ANG) ALABAMA 15 May 2019 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. General provisions of the Contract, including General and Supplementary Conditions and General Requirements (if any) apply to the work specified in this section. 1.2 DESCRIPTION OF WORK A. This project replaces the boiler stacks for XTherm boiler units in building 138 and 149 located at the 117ARW, 5401 East Lake Blvd, Birmingham, AL 35217. Any plans provided are original construction documents for information to the bidder and any reference to new work should be ignored. Field verification of all work items, site conditions, or any questions about the work to be performed are required before submission of bids. B. Remove the older PVC boiler stack; starting from the XTherm unit to the top of the roof. Remove any existing connections or anchors for the stack. Panels, bolts, or other parts that have been susceptible to corrosion will need to be replaced with the appropriate parts according to Rheem’s installation requirements. C. Use the available space for installation of new stacks, and connections. Demolition will only be used in unforeseen circumstances. D. New stacks need to be seen by Base Civil Engineer before forwarding on with installation. E. Installation of the new stacks will be in compliance with the manufacturer’s, Rheem, specifications. Thermal expansion of the pipe needs to be considered with flooring, roof, and piping connections being in close vicinity of the stack. Abide by Rheem’s guidance. F. Ensure a piping cap to prevent future precipitation leaking into the boiler room. A catch basin to help capture any acid or other chemical from spreading through the boiler room needs to be placed at the connection of the stack and XTherm unit, and extend to the elbow of the stack. G. Work schedule – Base is normally open 7AM – 5:30PM Tuesday-Friday. All work to be completed during regular hours. 1.3 CONTRACT RESPONSIBILITIES A. The work is one contract bid package that will be contracted directly with the CONTRACTING OFFICER. B. Responsibilities of CONTRACTOR: 1. Except as specifically noted, provide and pay for: a) Labor, materials, and equipment. b) Tools, construction equipment and machinery. c) Other facilities and services necessary for proper execution and completion of work (locating and flagging underground utilities, etc.) d) Independent testing lab to do all materials and quality control testing if required. e) “Provide” means to furnish and install, complete and ready for operation. 2. Give required notices. 3. Comply with codes, ordinances, rules and regulations, orders and other legal requirements of public authorities which bear on performance of work. 4. Promptly submit written notice to CONTRACTING OFFICER of observed variance of contract documents from legal requirements. a) Assume responsibility for work to be contrary to such requirements, without notice. b) Appropriate modifications to Contract Documents will adjust changes necessary due to legal requirements. 5. Enforce strict discipline and good order among employees. Do not employ on work: a) Unfit persons. b) Persons not skilled on assigned tasks. 6. Furnish all submittals (including shop drawings, catalog cuts, brochures, test reports, progress schedules, estimates and general correspondence) promptly and on time to be approved before starting the work for which submittals are required. C. Responsibilities of CONTRACTING OFFICER: 1. CONTRACTING OFFICER to review materials testing lab qualifications submitted by the CONTRACTOR. This responsibility is generally delegated to the Base Civil Engineer Office. 2. Construction Drawings. 1.4 CONTRACTOR USE OF PREMISES A. Confine operations at site to areas permitted by: 1. Law 2. Ordinances 3. Permits 4. Contract Documents 5. Existing Staging Areas 6. Where directed by CONTRACTING OFFICER. B. Do not unreasonable encumber site with materials or equipment. C. Assume full responsibility for protection and safekeeping of products stored on premises. D. Move any stored products which interfere with operations of CONTRACTING OFFICER or other CONTRACTORS engaged in work for the CONTRACTING OFFICER. E. Use of Site: Government will occupy the site during construction. Coordinate so that the least amount of disruption is caused, that traffic and personnel safety is maintain. F. CLEANLINESS IS THE ESSENCE OF QUALITY. Keep site clean. Remove waste material from the site weekly. Failure to comply will result in notice to clean site given by CONTRACTING OFFICER; if not cleaned within twelve (12) hours from time of notice, the CONTRACTING OFFICER will clean the site and charge the CONTRACTOR $100.00/hour for this work. 1.5 SUBMITTALS A. Approval for all materials must be given before installation. B. No work can be started until such work has been discussed and reviewed by the CONTRACTING OFFICER C. Test reports shall be checked by the Base Civil Engineer and the CONTRACTING OFFICER to insure compliance with the Specifications. 1. Any deviations will be made known to the CONTRACTOR and CONTRACTING OFFICER. 2. It is the CONTRACTOR’S responsibility to achieve compliance with the Specifications. PART 2 PRODUCT SUBMITTAL Not used PART 3 EXECUTION Not Used PART 4 MISCELLANEOUS 4. 1 Contractor Manpower Reporting Application (CMRA): 4.1.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 117th Air Refueling Wing via a secure data collection site. 4. 1.2 the contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2015. Contractors may direct questions to the help desk at http://www.ecmra.mil. NOTE: With the EXCEPTION OF CLASSIFIED INFORMATION Unit Identification Code (UIC) for the Requiring Activity: F6E3CE Issuing Office DoDAAC: W912JA Performance of Services during Crisis Declared by the National Command Authority or Overseas Combatant Commander,” is not applicable to this Order. 4. 1.3 Security Requirements: The contractor shall comply with all applicable installation/facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements. Unscheduled gate closures by the Security Police may occur at any time causing all personnel entering or exiting a closed installation to experience a delay. Identification of Contractor Employees: All contractor personnel will be required to wear badges in the performance of this contract. -----------------------------------------------NOTICE FOR ALL PROJECTS---------------------------------------------- Contractor (s) must fill out a form for all hazardous materials brought onto base and for waste products generated during construction. The “Contractor Hazardous Material Identification” form is attached under separate cover. PERFORMANCE PERIOD FOR THIS ENTIRE CONTRACT IS 120 DAYS. End of Document
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »