MODIFICATION
J -- Maintenance & Repair Services (Electrical Switchgear) - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1
- Notice Date
- 10/20/2009
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- SSR-10-0002
- Archive Date
- 11/21/2009
- Point of Contact
- Thomas O'Linn, Phone: (202)874-3238
- E-Mail Address
-
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment B - Wage Determination Attachment D - PRS Attachment C - Equipment Information Attachment A - PWS SF-1449 (RFQ-10-0051) I. OVERVIEW: This is a Request for Quote (RFQ) in accordance with FAR Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 including amendments effective October 14, 2009. This requirement is being set-aside for Small Businesses under NAICS code 238210. Only qualified Offerors may submit a response. The Solicitation number is RFQ-10-0051. The Government anticipates making an award prior to December 1, 2009 with the period of performance beginning December 1, 2009. II. REQUIREMENT: The BEP requires a Contractor to provide maintenance and emergency repair services for the BEP's central General Electric (G.E.) 15kV distribution switchgear as well as its other central G.E. and Cutler Hammer distribution switchgear (refer to Attachment A for specific details). This is mission critical equipment. As a result, it is imperative that this equipment remain operational on a 24x7x365 continuous basis. After market parts or refurbish parts shall not be used. Refer to the following Attachments for specific information; Attachment A - PWS Attachment B - Wage Determination No. 2005-2103 Revision No. 8 dated 05/26/09 Attachment C - Equipment List Attachment D - PRS III. RESPONSE INFORMATION: Offerors shall provide the following information in response to this solicitation. 1. Signed SF-1449 with the following; a. A Firm-Fixed price to perform the maintenance services for the BEP's central General Electric (G.E.) 15kV distribution switchgear (i.e. subsection A of Attachment A) for each defined period required, b. A Firm-Fixed price to perform the maintenance services for the BEP's other central G.E. and Cutler Hammer distribution switchgear (i.e. subsection B of Attachment A) for each defined period required and c. Proposed labor categories and hourly rates, including hourly rates for both normal and non business hours for responding to emergency repair requests. d. A Firm-Fixed price for responding, assessing the situation, inspecting and assessing the equipment and providing a quote in response to emergency repair requests. 2. Proposed payment discount terms, 3. A clear discussion of the proposed technical approach which clearly describes and discusses the resources, services, methods, programs to be used in support of this effort (i.e. performing maintenance and emergency repair services) for each type of equipment (i.e. 15kv and 480v). The discussion shall provide sufficient details to readily and clearly covey the extent of the Offerors proposed technical approach and demonstrate a determinable level of the Offeror's ability to perform the work being proposed. For example, providing a checklist along with a discussion of the type of work to be performed for each type of equipment (i.e. either both A and B), 4. A clear discussion of the Offeror's corporate experience. Offeror's corporate experience shall demonstrate a history and achieved expertise within this field of work. If the Offeror's approach involves a joint venture, teaming arrangement, or subcontracting arrangement then that company's corporate experience shall also be discussed. 5. Past Performance Information: Offerors are to limit past performance information to the past three (3) years and to those which demonstrate that the Offeror is or has performed work that is similar in size, scope and/or complexity to the requirement stated herein. Past performance information provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. 6. If applicable, a discussion of any assumptions the Offeror took in the development of their response and 7. If applicable, a discussion of any exceptions to the solicitation terms and conditions and/or any proposed additional terms and conditions. If no exception is taken Offerors are requested to provide a statement indicating that no exception is being taken. IV. SITE VISIT: A site visit will be held on the following date at the following location: Date: October 28, 2009 Time: 8:30 a.m. Eastern Standard Time Location: Bureau of Engraving and Printing Eastern Currency Facility 14th & C Streets, S.W. Washington, DC 20228 Offerors wanting to attend the site shall submit a written request including the names, title and point of contact information of the individuals who are to attend to the Contract Specialist listed herein. Site Visit requests are to be submitted no later than 10:00 a.m. Eastern Standard Time October 26, 2009. Offerors are limited to two (2) attendees. During the site visit, attendees will be accompanied by Government personnel and given a tour of the site where services are to be performed. The Government will provide some general explanations concerning the work to be performed. Individuals attending the site visit shall bring at least one (1) piece of photo identification and arrive at least fifteen (15) minutes prior to the site visit start time in order to clear security. The Government will not be obligated to pay for any expenses incurred by the Offeror in connection with attending the site visit or any other aspect of responding to this RFQ. V. QUESTIONS DEADLINE: All questions are to be submitted via email to the Contract Specialist, Thomas O'Linn at Thomas.olinn@bep.treas.gov or via fax at 202-874-2200 no later than 3:00 p.m. EST October 30, 2009. VI. DUE DATE: Responses to this solicitation shall be submitted to the attention of the Contract Specialist listed herein no later than 10:30 a.m. EST November 6, 2009 via either e-mail at Thomas.olinn@bep.gov or via fax at (202)-874-2200. VII. EVALUATION & AWARD: The Government will award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other non-price factors considered. Offerors will be evaluated on the following non-price factors; technical approach, past performance and corporate experience. The non-priced factors, when combined, are more important when compared to price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The BEP reserves the right to award to other than the lowest offer and to award without discussions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/SSR-10-0002/listing.html)
- Place of Performance
- Address: 14th and C Streets S.W, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN01988577-W 20091022/091020235234-c223d85141dfe8fae722bc724ac21c08 (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 |