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- install New boiler system

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
RA001509006
 
Response Due
8/20/2009
 
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
Total Small Business
 
Description
RECOVERY- Construction Project 9YL03016, TAS# 14-2302 2009/2010: Install new Boiler System. 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 request for proposal to provide all the work described in this solicitation. This requirement is a 100% Small Business set aside. *************Special Recovery Clauses/Reporting Requirements********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Federal Contractors are not required to report on July 10, 2009. 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. In addition to the above special reporting requirements 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 the Invitation for Bid package. Contractor shall submit a progress report, in accordance with FAR PART 52.204-11, not later than the 10th day of each calendar month to the contracting officer. 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 a receipt of the notice to proceed AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant 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. The order of magnitude for the procurement is between $25K and 100K. Performance Period The government estimates that this project shall take approximately 90 calendar dates for final completion 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. Performance Bond and (Labor & Material) Payment Bond are required. Surety Company shall be with an A- rating company. Upon receipt of an award, the successful offeror shall deliver Performance Bond and Payment Bond within 10 business days. Extent of Work: Base Bid CLINS 0001: Boiler Replacement The contractor shall furnish all materials necessary to deliver and install a boiler system in accordance to manufacture's specification as specified herein. A.)Demolition of existing (1.) boiler/burner and (2.) circulating pumps/valving and backflow preventer. Government retains first right to scrap and retain equipment.B.)Install (1.) boiler and (2.) water pumps with components such as pipe and fittings, gas piping. C.)Testing and balancing, insulation, boiler inspection, flue gas venting, and electrical. Base Bid CLINS 0002: Boiler Replacement The contractor shall furnish and install all the labor, materials, supplies, tools and equipment/equipment operations necessary to perform the installation according to specifications of this project. Cost estimate is based on the following major components.A.Weil-McLain or comparable cast iron boiler (hot water) including burner and safeties.B.Circulating PumpsC.IRI Gas Train components (even though code has changed)D.Block in valves and piping. General Notes: 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. b.Piping will be replaced as need be to install new block valves both up and down stream of the circulating pumps.. c.Contractor shall verify exact location of boiler and inspect pad/foundation for boiler to ensure it is adequate. d.Boiler must operate and communicate with existing automated Energy Management System (EMS). e.Location of all valves shall be determined by the COTR/Maintenance manger during site visit and construction. f.Location of valves shall be accessible for maintenance. g.Boiler and circulating pump must work with existing heat coil and be able to provide adequate heat to the building. Boiler heating water must have chemical treatment and glycol added provided by contractor. h.Contractor shall install all equipment per manufacturer's specification. i.Initial Startup and firing of the boiler will require that COTR be present, all testing must be documented and provided to Haskell Facilities Management. Boiler must be inspected by State of Kansas Boiler Inspector. j.All manuals and pertinent information shall be delivered to Haskell Facility Manager in both paper and CD or electronic format. Request Copy of RFP All prospective offeror shall notify the contracting officer at Kenneth.lloyd@bia.gov to request a copy of RFP RA001509006 no later than August 14, 2009 12 pm. The will be no electronic copy of this RFP and this will be the only notice. Any request for RFP RA001509006 received after August 14, 2009 12 pm will be rejected. Issuance of RFP The anticipated release date of the RFP is on or about August 17, 2009 @ 1 pm, with an anticipated offer closing date of on or about August 30, 2009. The firm date for receipt of proposal will be stated in the actual RFP. Any technical questions must be submitted in writing to the contracting officer on or before August 20, 2009 12 pm via e-mail to Kenneth.lloyd@bia.gov. Telephone or faxed questions will not be accepted. Site Visit and Inspection: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors are expected to inspect the site where the work will be performed. Eligible small business who can perform this work in Lawrence, Kansas are strongly encouraged to make arrangement at its own expense and at no cost to the government to examine and inspect the current wheel chair lift and work site, prior to submitting a offer by contacting Mr. David Tah via email dtah@haskell.edu or call at Phone: 785-749-8467. No variance or extra payment will be allowed for requirements or conditions arising during construction that were apparent prior to starting work. Contract Award Receipt 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 comform to the instruction in the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001509006/listing.html)
 
Place of Performance
Address: LAWRENCE KS<br />
Zip Code: 66046<br />
 
Record
SN01904128-W 20090809/090808001353-bc9a3234aa23155363301355bf0fc18e (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.