Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOLICITATION NOTICE

Z -- RECOVERY:REPLACE HEATPUMP UNIT

Notice Date
8/7/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Acquisition Nashville 545 MARRIOTT DRIVE Nashville Tn 37214
 
ZIP Code
37214
 
Solicitation Number
RA001509007
 
Response Due
8/26/2009
 
Archive Date
8/7/2010
 
Point of Contact
Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY- Construction Project 9YL03011, TAS# 14-2302 2009/2010: Replace Heat Pump Units In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law. 111-5, The Bureau of Indian Education, Haskell Indian Nations University, in Lawrence Kansas 66046, posts this pre-solicitation notice with the intent of Invitation for Bid (IFB) to provide all the work described in this solicitation. This is requirement is 100% set aside as Competitive 8(a). Pursuant to the American Recovery and Reinvestment Act of 2009, the Small Business Administration (SBA) has approved a Blanket Wavier for the Department of Interior to compete construction project below the 8(a) competition thresholds for awards funded by the Recovery Act. This competitive 8(a) requirement is set aside ONLY for eligible 8 (a) firms who have a bona fide place of business within the geographical area boundaries of the competitive area of work to be performed in Lawrence Kansas will be considered. The SBA will determine the eligibility of the bidding 8(a) firms. Once the eligibility of the bidding 8(a) firms has been determined by SBA, the Government will evaluate bids in response to this solicitation without discussions and will award a contract to the lowest responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and other related factors specified elsewhere in the solicitation. INSTRUCTION TO PROSPECTIVE BIDDER *****************Special Recovery Reporting Requirements*************************The Contractor shall register and report the following information, using the online reporting tool available at www.federalreporting.gov. Federal Contractors are not required to report on July 10, 2009 (see FAR 52.204-11). However, federal contractors who submit an invoice prior to June 30, 2009 for Recovery Act funded contract performance should maintain the data required by FAR 52.204-11. Cumulative reporting to www.federalreporting.gov will begin with the October 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. However and in order to track the progress of this project, the contractor shall be required to submit Progress Reports on this project as specified in section C.16 (2) of the Invitation for Bid package. Contractor shall submit a progress report Not later than the first 10th day of each calendar month. The initial progress report is due the first 10 days after the notice to proceed is issued by the BIA Contracting Officer and a cumulative report on the 10th day of each month after initial report. Failure on the part of the Contractor to provide, maintain, report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following commencement of work after receipt of the notice to proceed shall constitute a material breach of the contract upon which BIA may immediately terminate this contract for default. ******************Special Terms, Conditions, and Clauses**********************The following special clauses shall apply but is not limit to this requirement. No exceptions or waivers to these clauses shall be accepted. 52.203-15 Whistleblower Protections, American Recovery and Reinvestment Act of 2009 (the Recovery Act) Whistleblower Protections (Interim) FAR Case 2009-012 and in accordance with FAC 2005-32. Require contractors to post rights and remedies for whistleblower protections under Section 1553 of the American Recovery and Reinvestment Act. 52.504-07 Central Contractor Registration- Contractor shall be register at www.ccr.gov. Contractor shall be require that first tier sub-contractor begin planning projects, including obtaining a DUNS number (or updating the existing DUNS record), and registering with the Central Contractor Registration (CCR) no later than the first time ARRA data requirements are due. 52.204-11 Reporting, American Recovery and Reinvestment Act of 2009 (the Recovery Act) Reporting Requirements (Interim) FAR Case 2009-009 and in accordance with FAC 2005-32. requires contractors to report on their use of Recovery Act funds. 52.212-452.212-552.213-4 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009 (the Recovery Act) GAO Access to Contractor Employees (Interm) FAR Case 2009-026 and in accordance with FAC 2005-26. Allow the Government Accountability Office to interview current contractor employees when conducting audits. The rule will not apply to the acquisition of commercial items; therefore, FAR 12.503 will be amended to add the exemption of this rule. This change implements Section 871 of the Duncan Hunter National Defense Authorization Act for Fiscal Year 2009 (NDAA) (Pub. L. 110-417). FAR 52.222-06 Wage Rate Requirements All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this award shall be paid wages at rates not less than those prevailing (GENERAL DECISION: KS20080011 04/10/2009 KS11) Douglas County, Lawrence Kansas as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. 52.225-21 thru 24 - Use of American Iron, Steel, and Manufactured Goods Contractor may not use any funds awarded under this contract for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States unless DEPARTMENT waives the application of this provision. (ARRA Sec. 1605) Security - Contractors employees who are assigned to work on-site at any BIE Facility may be required to undergo background checks and be assigned temporary Visitor badges prior to being granted access to any BIE Facility. Schedule of Expenditures of Federal Contract Awards- Contractor agrees to separately identify the expenditures for each award funded under ARRA on a Schedule of Expenditures of Federal Awards form as provided by the contractor. This contractor's form shall include the Federal Contract award number, and amounts such that separate accountability and disclosure is provided for ARRA funds by Federal Contract award number consistent with the contractor's reports required by ARRA Section 1512(c) and FAR CLAUSE 52.204-11. Responsibilities for Informing Sub-Contractors- Contractor agrees to separately identify to each sub-contractor, and document at the time of sub-award and at the time of disbursement of funds, the Federal contract award number, and amount of ARRA funds. This will be a Lump Sum Firm Fixed Price award. Size Standard The NAICS for this project is 238220. 14 million. Magnitude of Project/ Performance Period The order of magnitude for the procurement is between $100K and $500K. This effort is estimated to have substantial completion within 70 calendar days with a final completion of 90 days after notice to proceed. Insurance/Bonding Requirement Contractors shall be required to maintain and furnish at the request of the contracting officer a certificate of insurance to the government. Bid Bond, Performance Bond and Payment Bond: A 20% bid bond of total proposal sum is due with bid. Performance Bond and (Labor & Material) Payment Bond are required. Surety Company shall be with an A- rating company. Upon receipt of an "award letter" the successful bidder shall deliver Performance Bond and Payment Bond within 5 business days. Extent of Work Base Bid CLINS 0001: Remove and replace ninety five water source heat pumps. General Notes: The contractor shall furnish all materials necessary to install (95) Skymark or comparable type water source heat pumps according to manufacture's specifications as specified herein. A.)Remove and re-install grid and acoustical tile in suites A and B or Bathroom as necessary for heat pump replacement (Reuse all grids and tiles).B.)Disconnect and remove (95) existing water source heat pumps.C.)Replace existing unit thermostats.D.)Install ninety five new low voltage zone valves, one per unit and braided hoses adapters/fitting for condensing water to and from unit.E.)Install ninety five new low voltage outdoor air damper actuators.F.)Connect zone valves and damper actuators to the unit controls.G.)Refill and flush existing geo-thermal loop before startup of new units and check system. Base Bid CLINS 0002: Replace ninety five water source heat pump units. General Notes: A.)Units shall be installed and checked for correct balance and return/supply air.B.)Units shall be installed in a manner that they are maintenance accessible.C.)Installation of units will ensure that units are sloped to drain condensate to exterior of building.D.)The makeup/fresh air intake components must be functional and set correctly.E.)Government retains first right to scrap and retain equipment. Base Bid CLINS 0003: Remove and Replace ninety five water source heat pumps. A.)Training in the operations and maintenance of the new heat pumps shall be done for Haskell facilities Management personnel.B.)All manuals shall be delivered to Haskell Facilities Personnel. Manuals shall be in both "paper" format and on digital media (CD). All materials shall meet or exceed all applicable referenced standards, federal, state and local requirements, and conform to codes and ordinances of authorities having jurisdiction a.Contractor shall verify all conditions and exact locations of applicable rooms prior to beginning work. Contractor shall investigate all locations and area prior to ordering any supplies. Contractor shall make sure units replaced are same tonnage installed b.Each units condensing water (gpm) will be checked and verified sufficient prior to newly installed unit being put in service. c.Contractor shall verify exact location of each heat pump unit. d.Location and flow direction of all actuating valves shall be installed correctly. e.Location of valves shall be accessible for maintenance. Requesting IFB Package All prospective bidders shall notify the contracting officer at Kenneth.lloyd@bia.gov to request a copy of IFB RA001509007 and indicate their intent to attend the mandatory pre-bid conference and site visit no later than August 14, 2009 12 pm. The will be no electronic copy of this IFB and this will be the only notice. Any request for IFB RA001509007 received after August 14, 2009 12 pm will be rejected. Issuance of IFB Package The anticipated release date of the IFB is on or about August 20, 2009 @ 1 pm, with an anticipated bid opening date of on or about September 16, 2009. The firm date for receipt of bids and bid opening will be stated in the actual IFB. Mandatory Pre Bid Conference and Site Visit Mandatory Pre Bid and Site Inspection: Each prospective bidder is required to examine the solicitation documents and shall inspect the existing construction site, prior to submitting a bid. Bids received from bidder who do not attend the mandatory pre-bid conference/site will not be considered. No variance or extra payment will be allowed for requirements or conditions arising during construction that were apparent prior to starting work. An anticipated and organized pre bid conference and site visit have been scheduled for August 26, 2009 @ 10 am central standard time. The firm date for this mandatory visit will be stated in the actual IFB. Accordingly, prospective bidders are urged and expected to inspect the site where the work will be performed. Questions Any contractual and technical questions must be submitted in writing to the contracting officer on or before September 8, 2009 12 pm via e-mail to Kenneth.lloyd@bia.gov. Telephone or faxed questions will not be accepted. Contract AwardReceipt of any award as a resultant of this solicitation is contingent on the contractor's meeting the requirements in Section 1512 (report on funds) of the recovery act and in conformance with the statement of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001509007/listing.html)
 
Place of Performance
Address: LAWRENCE KS<br />
Zip Code: 66046<br />
 
Record
SN01904072-W 20090809/090808001243-2e1902520aefd2a444720766f7e3d6dc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.