SOLICITATION NOTICE
N -- Install a New E-85 Fuel Dispenser
- Notice Date
- 3/14/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, G-C-7 East High Rise Building 6401 Security Blvd., Baltimore, MD, 21235
- ZIP Code
- 21235
- Solicitation Number
- SSA-RFQ-05-1254
- Response Due
- 3/31/2005
- Archive Date
- 4/15/2005
- Description
- The Social Security Administration (SSA) needs a contractor to provide all supervision, labor, parts, tools, materials and equipment to install a new E-85 fuel dispenser at the OSWM, CWLS Transportation Team, Motor Pool gasoline pumping station. The current dispenser only pumps gasoline. The new compatible fuel dispenser should have the capability of pumping gasoline or E-85 compatible fuel. The site for the installation is located at 6401 Security Boulevard, Baltimore, MD 21235 in the parking lot adjacent to the bus loop (Area R). The contractor shall be required to do the following tasks in conjunction with the installation: 1) Remove old existing Tokheim 785 dispenser and remove off site. 2) Perform demolition of existing concrete pump island and dispenser piping. 3) Uncover existing underground storage tank and remove existing steel piping. 4) Install new E-85 compatible product piping. 5) Backfill piping trench and pour new 3? x 6? concrete pump island. 6) Set and plumb new Bennett model #3913 single product hose dispenser. 7) Install new E-85 compatible hose swivel, break-away and nozzle on dispenser. 8) Purge and test product piping. 9) Test operation of new dispenser. The performance period shall be date of award through 60 days. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number SSA-RFQ-05-1254 and the solicitation are issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. This acquisition is unrestricted as to the size of the business. The NAICS Code is 238220 and size standard is $12 million. FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any federal acquisition regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(deviation)? after the date of the clause. (b) The use in this solicitation or contract of any [insert regulation name] (48 CFR []) clause with an authorized deviation is indicated by the addition of ?(deviation)? after the name of the regulation. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (OCT 2003)--Tailored, applies to this acquisition. The clause, 52.212-4 is tailored as follows. Paragraph (t), Central Contract Registration (CCR) is deleted in its entirety. In lieu of Paragraph (t), contractors shall follow the requirements in the Clause 52.204-7, Central Contract Registration (OCT 2004)-Deviation, which is incorporated in full text as an Addendum/Attachment to this order. FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2004)?DEVIATION SSA is in the process of establishing the necessary interface between its financial system and the CCR database. During this transition period, the agency is going to temporarily deviate from the requirement to use the CCR database as its source of information for EFT payments. Therefore, this contract includes the clause at 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) in lieu of the clause at FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). This is the only deviation from the requirements of this clause, 52.204-7. The contractor shall comply with all other requirements for CCR registration in the clause. This clause, 52.204-7, Central Contractor Registration (Oct 2003) is revised to reflect this deviation. The revised sections are shaded. (a) Definitions. As used in this clause?Central Contractor Registration (CCR) database means the primary Government repository for contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by (D&B) plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32.11) for the same parent concern. Registered in the CCR database means that? (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record ?Active.? (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS +4? followed by the DUNS or DUNS + 4 number that identifies the offeror?s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number?(i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i)Company legal business. (ii)Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State, and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1) If a Contractor has legally changed its business name, "doing business as" name or division name, (whichever is shown on the contract), or has transferred the assets used in performing the contract, the contractor shall, after all of the requirements in FAR Subpart 42.12 are met and a novation or change-of-name agreement has been properly executed, change its name, and update its information in the CCR database. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. For the purposes of this contract, the contractor shall also follow the procedures in FAR Subpart 32.8 regarding Assignment of Claims and the procedures in the clause at FAR 52.232-34(g) for providing the EFT information for the assignment. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition and the follow additional FAR clauses cited in the clause are applicable to the acquisition: (b) (15), (b)(16), (b)(17), (b)(19), (b)(23), (b)(26), (b)(32), (c)(1) and (c)(2). INSTRUCTIONS TO OFFERORS: The following provisions at FAR 52.212-1, Instructions to Offerors, Commercial Items, (tailored) apply to this acquisition: (b) (1), (3), (4), (6), (7), (8), (10), (11), (c), (f), (g), and (l) . All quotations must be clearly marked with SSA-RFQ-05-1254 and shall contain the following: 1) Price quotation, separate from technical submissions, including a detailed breakout of : labor (firm-fixed price)-labor categories, descriptions, number of hours for each category and labor rates, overhead rates, profit and other direct costs (materials). 2) References for experience and past performance: provide information for 3 past or current projects completed within the past 3 years that are similar in size, scope and complexity to the work required. Each reference shall include: A) Name, Address of the Client Organization; B) Contract Number, if applicable; C) Name, Title, Telephone and Fax Numbers and email address of a currently available client point of contact/reference; D) Description of the work performed; E) Performance period, and F) Dollar value. EVALUATION: The provisions at FAR 52.212-2, Evaluation ? The provisions at FAR 52.212-2, Evaluation ? Commercial Items (tailored) apply to this acquisition. Paragraph (a) is tailored as follows: the Government will award an order resulting from this request for quotation to the offeror whose quote represents the best value to the Government, price and other factors considered. The following factors shall be requested and a written solicitation will not be issued. The following factors shall be used to evaluate quotations: price, experience and past performance. U.S. Department of Labor Wage Determination No. 1994-2247 Revision No. 25, Dated 05/27/2004 applies to this solicitation, call contract specialist for a copy. REPRESENTATIONS AND CERTIFICATIONS: Quoters must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the quoter verifies by submission of this quotation that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this quotation and are incorporated in this quotation by reference (See FAR 4.1201), except for paragraphs _______(Quoters shall identify the applicable paragraphs at (b) through (i) of this provision that the quoter has completed for the purposes of this solicitation only, if any. Responses must be submitted by 3 p.m. Eastern Standard Time, March 31, 2005, addressed to the Social Security Administration. Office of Acquisition and Grants, Attn: Regina Dulaney, G-C-7 East High Rise, 6401 Security Boulevard, Baltimore, MD 21235, or emailed to Regina Dulaney at gina.dulaney@ssa.gov., or faxed to Regina Dulaney at (410) 966-0627. All responsible offerors may submit a quotation that shall be considered by the Agency. A site visit will be held on March 16, 2005. Interested parties should contact Regina Dulaney by email if interested in attending the site visit.
- Place of Performance
- Address: 6401 Security Boulevard, Baltimore, MD
- Zip Code: 21235
- Country: USA
- Zip Code: 21235
- Record
- SN00768456-W 20050316/050314212438 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |