SOLICITATION NOTICE
Z -- Sprinkler System for Building #43 - Drawing fo Building # 43
- Notice Date
- 5/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
- ZIP Code
- 31793
- Solicitation Number
- RFQ-11-4389-05
- Archive Date
- 6/28/2011
- Point of Contact
- Thomas D. Maze, Phone: 229-386-3496
- E-Mail Address
-
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawing of Building # 43 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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-11-4389-05 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-38. The NAICS code applicable to this acquisition is 238220. The small business size standard is $14,000,000. This procurement is set aside for small business. Item description : GENERAL DESCRIPTION OF WORK: Install Sprinkler System In Building 43 at 2379 Rainwater Road in Tifton, GA 31794 Delivery shall be FOB Destination. Delivery time is 30 days after receipt of award. Quoted price shall include all material, installation and commissioning costs. Evaluation of quotations will be made based on price and past performance. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic transfer. This solicitation incorporated the following FAR clauses, provisions and addendums: 52-204-7 Central Contractor Registration http://WWW.CCR.GOV 52-212-1 Instructions to Offerors-Commercial item. 52-212-3 Offeror Representations and Certification-Commercial items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orce.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs © through (m) of this provision. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. Estinated cost range is $20,000 to $30,000. Vendor MUST send descriptive literature. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, June 13, 2011at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2. General Specifications: Building 43 is a single story steel fa bricated building with a concrete slab foundation, dry wall ceilings and a full attic space. This building contains a combination of laboratory and office spaces. The building was erected in 1983. USDA is soliciting for the installation of a wet pipe sprinkler system to provide coverage for all lab and office spaces in this building. System design shall be accomplished by area/density method and shall be designed and installed in accordance with National Fire Protection Association (NFPA) Code. System drawings and flow calculations shall be submitted by the winning bidder. Davis-Bacoon wages apply to this contract. Contractor Responsibilities: 1 Contractor shall be licensed to design and install fire sprinkler systems. 2. Contractor shall provide certified payroll records to the Coontracting Officer or Contracting Officers Representative. 3. Contractor shall provide proof of General Liability Insurance for an amount equal to at least 5 times the bid for the job. 4. Contractor shall provide proof of Work-Mans compensation Insurance for each person on the job site. 5. All bidders must perform an on site Pre-bid walk through of the job site on June 2, 2011. 6. Contractor shall leave Job Site in same or better condition than they found it upon completion of the job. 7. Contractor shall be responsible for obtaining any necessary permits and paying any fee associated with tapping into the city of Tifton Water Main. 8. Contractor shall provide all material, parts, tools and properly trained labor to complete the installation. 9. Contractor shall perform all work during normal USDA business hours of Monday through Friday, 7:30 am to 5:00 pm. 10. Contractor shall provide with Bid a list of three prior customers, with contract information, for which they have performed similar work. 11. Contractor shall provide warranty information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-11-4389-05/listing.html)
- Place of Performance
- Address: 2379 Rainwater Road, Tifton, Georgia, 31794, United States
- Zip Code: 31794
- Record
- SN02446897-W 20110514/110512235141-5b734234805e5792c61740411561660e (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 |