MODIFICATION
R -- R - Circuit Breaker Replacement at IBB?s Robert E. Kamosa?s Transmitting Station in Tinian
- Notice Date
- 6/8/2006
- Notice Type
- Modification
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
- ZIP Code
- 20237
- Solicitation Number
- BBGCON3606S6178-MB
- Response Due
- 7/6/2006
- Archive Date
- 7/21/2006
- Description
- (i) THIS IS AMENDMENT NO. 1 TO SOLICITATION NO. BBGCON3606S6178 THAT WAS INITIALLY POSTED ON MAY 24, 2006. AMENDMENT NO. 1 SUPERCEDES ALL NOTICES PREVIOUSLY POSTED UNDER THIS SOLICITATION NUMBER. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) SOLICITATION NO. BBGCON3606S6178 IS ISSUED AS A REQUEST FOR PROPOSAL (RFP) AND A CONTRACT WILL BE AWARDED USING THE CONTRACTING BY NEGOTIATION PROCEDURES. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, dated May 19, 2006. (iv) This is an unrestricted requirement under NAICS Code 238210, Electrical Contractors. (v) The Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB), has a requirement for a Contractor to provide all labor, material, tools and equipment necessary to furnish and install new drawout SF-6 type, 11KV circuit breakers relays in Transmitter Bays 1 through 8 at the IBBs Robert E. Komosas Transmitting Station located on the Northern Mariana Islands, Islands of Tinian, for complete replacement of existing breaker assembly in the existing switchgear. The switchgear shall be tested and commissioned to match the existing operational systems. Existing drawout type shall be turned over to the Government. INSURANCE: The Contractor shall obtain and maintain insurance for the following during the contract term: (a) General Public Liability Insurance covering all duties, services, and work to be performed with limits of liability for bodily injury of not less than $100,000 for each person and $500,000 for each occurrence, along with property damage liability limits of not less than $20,000 for each accident; (b) Automobile Liability Insurance for all vehicles and equipment used by the Contractor?s employees in the performance of this contract, with limits of liability for bodily injury of not less than $200,000 for each person and $500,000 for each occurrence, and property damage of not less than $20,000 for each accident; and (c) Workers Compensation and Employers Liability Insurance for the protection of employees. The Governments issuance of the Notice-To-Proceed (NTP) is contingent upon the Contracting Officers written acceptance of the evidence of the required Insurance. (vi) SPECIFICATIONS (Statement of Work) and DRAWINGS: Attachment No. 1, entitled M&R Task 10: Replace 11KV Circuit Breakers in TX 1-6 and M&R Project 270: Replace 11KV Circuit Breakers in TX 7 & 8 attached to this notice is available for downloading. SITE VISIT: The clauses at 52.236-2, entitled Differing Site Conditions and 52.236-3, entitled Site Investigations and Conditions Affecting the Work will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. Site visits may be arranged during normal duty hours by contacting Michael Hardegen, Station Manger at the Robert E. Kamosa Transmitting Station, Island of Tinian. Mr. Hardegens email address is mhardegen@mar.ibb.gov, and his telephone number is (670) 233-1624. Offerors are advised that any remarks and explanations made during a site-visit to the Robert E. Kaomosa Transmitting Station will not change or qualify in any manner the terms and conditions of this solicitation. This solicitation and its inclusive specification will remain unchanged unless the solicitation is formally amended in writing by the Contracting Officer. WORKING HOURS: The Contractor shall perform its site work during normal IBB business hours, currently between 8:00 a.m. to 4:00 p.m., Monday through Friday, except on Federal holidays. Any on-site work by the Contractor outside of these hours must be coordinated in advance with, and approved in writing by, the Authorized Representative for the Contracting Officer (AR/CO). The IBB will occupy and conduct normal business operations at the site during the entire contract performance period. Any work by the Contractor that could cause a disruption of normal operations must be coordinated with and approved by the AR/CO, prior to performing such work. The Tinian Transmitting Station will accommodate to its best ability any working schedule required by the Contractor, but a no time will any antenna be removed from service during broadcast hours in order to accommodate the Contractor?s schedule. The Contractor shall consider the Stations Operating Schedule shown in Attachment No. 2 when preparing its Price-Loaded Project Schedule. The Contractors use of the IBB managed premises shall be limited to the immediate areas where the work is being performed and reasonable access routes to these areas. During the contract performance period there may be other projects and Contractors working on these sites. Interface with such projects and Contractors shall be coordinated with the AR/CO. The Contractor shall coordinate hookup of temporary and new utilities with the AR/CO. PRICE SCHEDULE: Using the following format, Offerors shall submit a firm-fixed price for this requirement that includes all necessary labor, equipment, tools, materials, supplies, services, permits, supervision, and other required items: Contract Line Item Number (CLIN): B.1 ? M&R Task 10: Replace six (6) drawout SF-6 type, 11KV circuit breakers in Transmitter Bays (TX) 1 through 6, 1 JOB $_______. CLIN B.2 ? M&R Project 270: Replace two (2) drawout SF-6 type, 11KV circuit breakers in Transmitter Bays 7 and 8, 1 JOB $_______. Total Firm-Fixed Price: $________. Offerors shall submit a detailed cost breakdown with their price proposal to support their price offer. Provisions of the Service Contract Act applies to this effort. See Attachment 3 for the applicable Department of Labor Wage Determination. PROJECT MANAGEMENT/COST/SCHEDULE CONTROL: The Contractor shall, within ten (10) calendar days after the NTP is issued, prepare and submit to the ARCO in hard copy format, a Price-Loaded Project Schedule that shows the durations, planned start and completion dates, all preceding activities, and price of each major activity. The Price-Loaded Project Schedule shall also identify dates that the Contractor expects to receive Government review comments. The summation of the stated prices of each major activity listed in the Price-Loaded Project Schedule shall equal the total price of the resultant contract. After Government review and approval, this Price-Loaded Project Schedule will serve as the baseline against which performance will be measured and invoice payments made. Approximately two (2) days prior to the last working day of each month, the Contractor shall meet with the AR/CO to review the status of its progress during that month. PERFORMANCE AND DELIVERY SCHEDULE: Notice to Contractor: Unless otherwise indicated, the following items shall be submitted to the AR/CO within the period specified herein: F.1. Submit Insurance Certificates to Contracting Officer NLT ten (10) calendar days after contract award. F.2. Pre-Work Conference: To be held fifteen (15) calendar days after contract award, at Tinian site. F.3. Submit Price-Loaded Project Schedule ten (10) calendar days after issuance of Notice-to-Proceed. F.4. Coordination Study Report: F.4.a Submit draft Coordination Study Report to Government for review and comments, NLT thirty (30) calendar days after NTP; F.4.b Submit Final Coordination Study Report NLT (15) calendar days after receipt of Government comments. F.5. Submit Final Acceptance Plan, including tests to be performed, NLT fifteen (15) calendar days before Final Inspection Date. F.6. Operation and Maintenance (O&M) Manuals: F.6.a. Submit draft O&M Manuals to Government for review NLT fifteen (15) calendar days before Final Inspection. F.6.b. Submit final O&M Manuals NLT fifteen (15) calendar days after receipt of Government comments. F.7. Submit draft Record (as-built) Drawings for review NLT seven (7) calendar days before Final Acceptance. F.8. Training: F.8.a. Submit outline of instructional program for demonstration and training, NLT fourteen (14) calendar days prior to training date; F.8.b. Submit date of scheduled training to Government at least seven (7) calendar days in advance. F.9. Project Completion (Final Acceptance) NLT 150 calendar days after NTP. F.10. Submit final Record (as-built) Drawings NLT thirty (30) calendar days after project completion. F.11. Submit Record CAD Drawings (Record Specifications) NLT thirty (30) calendar days after project completion. F.12. Submit Record CAD Drawings (Record Product Data) NLT thirty (30) calendar days after project completion. F.13. Submit Miscellaneous Record Submittals NLT thirty (30) calendar days after project completion. SUBMISSION OF INVOICES: Contractor shall submit invoices electronically to Ms. Sheilla Salicrup at ssalicrup@ibb.gov. Ms. Salicrups telephone number is (202) 205-9804. (vii) PERIOD OF PERFORMANCE: Project completion shall be 150 calendar days after issuance of Notice-to-Proceed. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply to this solicitation. The following factors will be used to evaluate offers: [1] Offeror?s technical approach of how the work will be planned and performed. [2] Offeror?s qualifications and background, to include detailed information on Offeror?s past performance of similar services. [3] A minimum of three (3) references which include company?s points of contact including address, telephone number/fax number, E-mail address and other relevant information, and [4] Offeror?s proposed price. Technical factors used to evaluate proposals are of equal importance. When combined, technical and price proposals will be approximately equal. (ix) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items with its offer. Offers shall be submitted on a SF-1449 signed by an official authorized to bind your organization. The required documents can be accessed by clicking on the following web links: SF-1449: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF FAR Clause 52.212-3: http://www.arnet.gov/far/ha_far.html. Submit to the Contracting Officer two (2) copies of technical, and two (2) copies of price proposal, bound separately. An award may be made without discussion. (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition with no addenda to the clause. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, including subparagraphs (b) (3,6,7,8 and 9) applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965 (As Amended); and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). (xiii) There are no additional contract requirements necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition; (xv) There are no numbered notes which apply to this procurement. (xvi) Failure to provide any of the above required items may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address {http://www.arnet.gov/far}. Oral proposals will not be accepted. Questions must be submitted in writing by 10 a.m., Eastern Daylight Savings Time (EDST), on Friday, June 16, 2006 to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Proposals are due at the Broadcasting Board of Governors, Office of Contracts, 330 C Street, SW, Room 2527, Washington, DC 20237 on Thursday, July 6, 2006 at 2:00p.m., EDST. Proposals submitted by email or by fax will NOT be accepted. (xvii) Contact Marlene Brooks, Contracting Officer, Telephone: (202) 205-9664, Facsimile: (202) 260-0855, Email: mbrooks@ibb.gov.
- Place of Performance
- Address: Northern Mariana Islands, Islands of Tinian
- Record
- SN01064673-W 20060610/060608220056 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |