SOLICITATION NOTICE
99 -- Henderson Substation Fencing Project
- Notice Date
- 6/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 12155 W. Alameda Parkway Lakewood, CO
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-10WG88365
- Response Due
- 6/21/2010
- Archive Date
- 12/21/2010
- Point of Contact
- Byron D McCollum, Contracting Officer, 602-605-2776,mccollum@wapa.gov;Byron D McCollum, Contract Specialist, 602-605-2776,
- E-Mail Address
-
Byron D McCollum, Contract Specialist
(mccollum@wapa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for supplying and installingfence at Henderson Switchyard in Henderson, NV 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; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation DE-RQ65-10WG88365 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% reserved for small business. The North American Industrial Code (NAICS) is 238990 and the business size standard is $14.0 million. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: Provide New Fence for Henderson Switchyard. Please provide detailed breakout to include materials, labor, and equipment cost used to accomplish this work. See attached documents which are included as part of this solicitation. The following FAR clauses/provisions are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items;; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 223-5, Pollution Prevention and Right-to-Know Information, FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5 Insurance Work on Government Installation, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-2, Protection of Existing Vegetation,, FAR 52.247-34, F.o.b. Destination. The following Department of Energy\Western Area Power Administration clauses/provisions are applicable to this procurement: DOE-H-1052 LOBBYING RESTRICTION (ENERGY AND WATER DEVELOPMENT AND RELATED AGENCIES APPROPRIATIONS ACT, 2010) - The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 US. C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. WES-F-1002 REQUIREMENT TO UNLOAD EQUIPMENT AT THE DESTINATION (WAPA, FEB 2008) a. The contractor is responsible for unloading the equipment specified in CLIN 0001 to a ground level pad within the substation or other specific location as directed by the Government. The contractor must provide any specialized unloading equipment or truck features that are necessary to unload the equipment. The contractor's costs for properly configured trucks and unloading the equipment at the delivery location shall be included in the quoted price. b. Responsibility for loss or damage to the equipment shall remain with the contractor until the Government accepts the equipment at the destination. If the equipment is rejected due to failure to conform to the contract requirements, the risk of loss or damage shall remain with the contractor until the defects are corrected and the equipment is subsequently accepted by the Government. WES-H-1025 PREFERENCE FOR PURCHASING AMERICAN-MADE EQUIPMENT AND PRODUCTS (WAPA, FEB 2008) - It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this award should be American-made. WES-H-1020 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, APR 2010) - The following requirements apply to proposals and/or other documents submitted electronically via the Department of Energy's (DOE) Industry Interactive Procurement System (IIPS) or by other electronic means. The DOE IIPS may be accessed via the "DOE e-Center" web page. a. The terms and conditions contained in the Notice of Disclaimer on the IIPS are hereby incorporated into this solicitation. b. Required file formats: All electronic files must be submitted in one or more of the following Microsoft Office for Windows (Office 2007 or earlier formats) compatible file formats.doc,.xls,.mdb,.ppt; portable document format (.pdf); or graphic file formats.gif or.jpg. Use whichever format is most appropriate for the type of document involved. Engineering drawings, if any, must be in AutoCAD,.pdf, or in one of the acceptable graphic file formats. NOTE: If there are an inordinately large number of drawings, or if the file sizes are prohibitively large for efficient electronic transmission, contact the Contracting Officer before the proposal due date for further instructions. c. Offerors are responsible for ensuring their electronically submitted files are free from viruses and are in a prescribed, readable file format. Any file containing a detectable virus will be rejected and considered non-responsive. To avoid making unintentional changes to an offeror's proposal, Western will not translate files submitted in incorrect file formats. d. For purposes of determining the timeliness of proposal submissions, the date/time stamp (DTS) assigned by IIPS will be used unless otherwise specified in the solicitation. e. Electronic signatures. Submission of proposals via IIPS will constitute signed copies of the required documents. The name of the authorized, responsible company official who would normally sign the document shall be entered on the signature line. In addition, the Contracting Officer may require, at his or her discretion, a signed, paper copy of each original signature page to be submitted via US Mail or by facsimile. f. Updates or changes to proposals or other documents originally submitted via IIPS must also be submitted via IIPS. If a conflict or discrepancy is discovered between a paper copy of a contract document, the file posted on IIPS shall be considered the official controlling version of the document. g. Offerors must use discrete file names and descriptions for all files uploaded to IIPS. h. Offerors shall not make changes to Government-originated files/documents (other than for signatures or fill-ins) that must be returned to the Government. Direct questions or concerns about any Government-originated documents to the Contracting Officer. WES-H-1032 REQUIRED INSURANCE (WAPA, FEB 2008) a. The contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: (1) Workman's Compensation Insurance in accordance with the laws of the state where contract performance occurs; Occupational Disease Coverage; and Employees Liability Coverage. (2) Comprehensive General and Automobile Liability Insurance with the following minimum coverages: (i) GENERAL LIABILITY (A) Bodily Injury $ 500,000 per occurrence. (B) Property Damage $ 500,000 each accident; $ 1,000,000 in the aggregate. (ii) AUTOMOBILE INSURANCE (A) Bodily Injury, $ 200,000 per person; $ 500,000 per occurrence. (B) Property Damage, per occurrence: $50,000. b. These policies shall have appropriate language waiving all subrogation rights against the Government, unless otherwise approved by the Contracting Officer. c. Prior to the commencement of work under this contract, the contractor shall furnish a copy of the insurance certificate (binder) or other objective evidence of the above-required insurance to the Contracting Officer. The policies shall contain an endorsement to the effect that cancellation or any material change in the insurance policies that adversely affect the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this contract is to be performed, and in no event less than thirty (30) days after written notification is provided to the Contracting Officer. d. The contractor agrees to insert the substance of this clause, including this paragraph (d), into any subcontracts issued under this contract. WES-H-1043 FOREIGN VISITORS AND CONTRACT EMPLOYEES (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Con tractor must certify in writing that: 1) Each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) The Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72, Attachment ____B______ for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check. Referenced FAR clauses are available in full text at: http://farsite.hill.af.mil/VFFARA.HTM. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Written offers and the above required information are due no later than June 14, 2010 by 5:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), Attn: G1524, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Mr. Byron McCollum, Contract Specialist (FAX: 602-605-2483 or e-mail: mccollum@wapa.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-10WG88365/listing.html)
- Record
- SN02170743-W 20100610/100608234521-641af7ba13aadb0f1063672a5df7dfb1 (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 |