MODIFICATION
Z -- Tanks, Towers, Nora McDowell and Opal microwave sites repairs
- Notice Date
- 7/21/2011
- Notice Type
- Modification/Amendment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DERQ11WG92920
- Archive Date
- 8/11/2011
- Point of Contact
- Joshua S. Radosevich, Phone: 6026052503, Byron D. McCollum, Phone: 6026052776
- E-Mail Address
-
jradose@wapa.gov, mccollum@wapa.gov
(jradose@wapa.gov, mccollum@wapa.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 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-RQ65-11WG 92920 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 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 811213 and the business size standard is $10.0 million. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires repairs to its White Tanks, Towers, Nora McDowell and Opal microwave sites. Prior experience in the installation of microwave radio and components in the 7 GHz Range is required and all contractors that will be climbing WAPA towers are required to have a Tower Climbing Certification. The work is described in detail in the statement of work provided as Attachment A. A required Federal Wage Determination is also provided as Attachment B. 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 52.204-10 Reporting Executive Compensation and First-Tier subcontract Awards, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 Oppurtunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-1 Buy American Act--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.o.b. - Destination, 52.222-41 -- Service Contract Act of 1965, 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 52.223-5 -- Pollution Prevention and Right-to-Know Information, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation The following Western Area Power Administration/DOE clauses/provisions are applicable to this procurement: WES-H-1049 SAFETY AND HEALTH - MODERATE RISK (WAPA, MAY 2005) In performing the work required by this contract, the Contractor shall comply with all applicable Federal, State, or local safety, health, or industrial safety codes including the latest effective standards promulgated by the Department of Labor, Occupational Safety and Health Administration; Safety and Health Standards 29 CFR 1910, 29 CFR 1925; and the Construction Safety and Health regulations promulgated under Section 107 of the Contract Work Hours and Safety Standards Act, 29 CFR 1926. If there is a conflict between the requirements of the applicable Federal, State, or local safety, health, or industrial safety codes, the more stringent requirements shall prevail. For any cranes used in the performance of this contract, a copy of the crane inspection records shall be furnished to Western's on-site representative prior to the performance of work. The United States is liable only for negligence on the part of its employeees in accordance with the Federal Tort Claims Act, as amended. Prior to starting work, an on-site safety meeting shall be held with Western's representative to address and discuss safety procedures related to the work required. 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 July 27, 2011 1:00 pm to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43 rd Avenue), Attn: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Mr. Josh Radosevich, Contract Specialist (FAX: 602-605-2483 or e-mail: Jradose@wapa.gov ).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/305874cb7b3d43d0572ad2cc845eb1ad)
- Place of Performance
- Address: Multiple locations, please see attached spec., United States
- Record
- SN02505888-W 20110723/110721234748-305874cb7b3d43d0572ad2cc845eb1ad (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 |