Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOLICITATION NOTICE

N -- Supply and Install of a 100 Ton Chiller and Related Equipment - ATTACHMENTS

Notice Date
6/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
 
ZIP Code
60606
 
Solicitation Number
W912P6-11-R-0017
 
Point of Contact
Anita R. Simpkins, Phone: 312-846-5372, Gregory C. Gulledge, Phone: 3128465374
 
E-Mail Address
anita.r.simpkins@usace.army.mil, Gregory.C.Gulledge@usace.army.mil
(anita.r.simpkins@usace.army.mil, Gregory.C.Gulledge@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FILE #2 FILE #1 This is a combined synopsis/solicitation for commercial items 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; price proposals are being requested and a written solicitation will not be issued. The solicitation number is W912P6-11-R-0017 and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. The Government reserves the right to make an award on the initial proposal without discussions on this procurement. Award will be made to the responsive and responsible offeror who submits the lowest aggregate price for the bid items in the Bid Schedule. The NAICS code for this requirement is 238220, with a size standard of $14 Million. COMPETITION FOR THIS ACQUISITION IS UNRESTRICTED TO BUSINESS SIZE. The provisions at 52.212., Instructions to Offerors-Commercial applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items with this offer. The clause 52.212-4, Contract terms and conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions required to implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses listed in 52.212-5(b) and (c) are included by reference: 52.222-41; and 52.225.1. The contractor is required to supply and install a new cooling system that will be rented for a period of 4 months, as delineated in the Scope of Work (See File #2 under this NOTICE), which primarily calls for the rental and installation of a new cooling system for the pulsers and power units at Dispersal Barrier IIA located on the Chicago Sanitary and Ship Canal in Romeoville, IL. REQUIRED SERVICES: The contractor will be responsible for providing all labor, services, tools, supplies, materials and equipment for the supply, rental and installation, with full redundancy, of a new cooling system for the pulsers and power units at Dispersal Barrier IIA sufficient to sustain operations at the projected electric field strength of approximately 4 V/in. THERE IS A SITE VISIT SCHEDULED FOR JULY 1, 2011 AT 10:00A.M. CST. IT IS IMPERATIVE THAT ALL INTERESTED OFFERORS ATTEND THE SITE VISIT. THE GOVERNMENT WILL BE COVERING THE IMPORTANT REQUIREMENTS OF THE SYSTEM. THE SITE VISIT WILL TAKE PLACE AT 790 East Old Romeo Road, Lockport, IL 60441-5800 -From I-55 southbound, exit at Joliet Road South (Exit 268). Exit there. Remain on the road you exit onto and proceed for approximately 6 miles. You will come to an intersection with Romeo Road. A Walgreen's store is located on the northeast corner of this intersection. A restaurant called Rosie's is located on the southeast corner of the intersection. Turn left (east) on to Romeo Road. Continue on Romeo Road. You will come to a bridge over the Chicago Sanitary and Ship Canal. You will be able to recognize the bridge by the upward slope of the road. A power plant with a large pile of coal outside will be to the right (south) of the bridge. Continue over the bridge. On the other side of the bridge as you descend make a left turn into the first road where you can make a left. This road looks like it is an entry into an oil refinery. However, once on the road do not head straight toward the refinery entrance. Instead follow the road to the left back and under the bridge. Once you have crossed under the bridge, you will come to railroad tracks. Cross the railroad and turn right on to the dirt road. After crossing under the bridge you will see a fenced area with a building to your left (between the road and the canal). This is the site of Dispersal Barrier IIA. From I-55 northbound, exit Route 53 South. Follow Route 53 southeast until it comes to a T at Independence Boulevard. Turn right (south) on Independence (this is also still Route 53). Continue until an intersection with Romeo Road. Follow directions above from there. Point of Contact for Meeting is (312) 846-5487. ITEMS ATTACHED HEREIN THIS ANNOUNCEMENT ARE AS FOLLOWS: FILE #1: - BID SCHEDULE (must be completed by the offeror) - REPRESENTATIONS AND CERTIFICATIONS (must be completed by the offeror) FILE #2: - SCOPE OF WORK - DEPARTMENT OF LABOR SERVICE CONTRACT WAGE RATES CENTRAL CONTRACTOR'S REGISTRATION (CCR) : Contractors must be registered in the Central Contractor's Registration System in order to be awarded the resultant contract. Registration can be completed on-line at http://www.ccr2000.com. APPLICABLE LABOR LAW : The SERVICE CONTRACT ACT applies to this acquisition; the applicable Wage Determination is attached hereto. AWARD : A firm-fixed-priced Commercial Items Contract will be awarded to the responsive and responsible contractor submitting the lowest aggregate price for the items included in the above Bid Schedule. PROPOSAL SUBMISSION INSTRUCTIONS: Offers may be submitted to Anita R. Simpkins at fax number: 312-886-5475 or email to: anita.r.simpkins@usace.army.mil NO LATER THAN 4:30 PM (CST) ON JULY 6, 2011. Please include the Solicitation No.W912P6-11-R-00­­­­­17 on all documents furnished to Ms. Simpkins. Negative responses are requested. The Technical Point-of-Contact Greg Vejvoda at 312-860-0130. SPECIAL NOTICE: THE GOVERNMENT IS UNDER NO OBLIGATION TO RECEIVE PROPOSALS FOR THIS PROJECT UNTIL IT HAS SECURED THE NECESSARY LRD APPROVAL; THUS, THE PROPOSAL DUE DATE IS SUBJECT TO BEING EXTENDED UNTIL SAID ITEM HAS BEEN ACQUIRED. WHEN ACQUIRED, CONTRACTORS WILL BE ADVISED BY WAY OF AN AMENDMENT. CONTRACTORS SHALL SUBMIT ALL QUESTIONS IN RESPONSE TO THIS COMBINED SYNOPSIS TO ANITA R. SIMPKINS BY EMAIL TO anita.r.simpkins@usace.army.mil OR BY FAX TO (312) 846-5475. ALL QUESTIONS SUBMITTED MUST REFERENCE THE SOLICITATION NUMBER W912P6-11-R-0017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-11-R-0017/listing.html)
 
Place of Performance
Address: Lockport, Illinois, 60441, United States
Zip Code: 60441
 
Record
SN02483226-W 20110629/110627234825-300ef77ff95669119646072515c2029b (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.