SOLICITATION NOTICE
J -- Elevator Modernzation Project
- Notice Date
- 6/24/2012
- Notice Type
- Presolicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Agriculture, Forest Service, Northern Research Station, 1992 Folwell Avenue -, Acquisition Management, St. Paul, Minnesota, 55108
- ZIP Code
- 55108
- Solicitation Number
- AG-63PX-S-12-0058
- Archive Date
- 8/30/2012
- Point of Contact
- Michael J. Ash, Phone: 6516495204
- E-Mail Address
-
mikeash@fs.fed.us
(mikeash@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA Forest Service, Northern Research Station intends to initiate a Request for Quotation (RFQ) procurement action and award a Firm-Fixed Price contract for the modernization personel elevator #1 in USDA Forest Service Morgantown, WV Field Office. The contractor shall modernize personnel elevator # 1. Modernization may include but is not limited to the elevator pit, pit related equipment, pit floor, bottom and top clearances and runby of elevator car, equipment projecting above the car top, hydraulic jack, jack supporting structure, hydraulic connections, cylinder, cylinder packing, cylinder connecting couplings, valves, pressure piping, fittings, flexible hydraulic connections and muffler, buffers and buffer supports, machine room, machine room related equipment, machine room electrical equipment, wiring, piping, car enclosure, car ceiling, car ceiling panels, car door or gate, car illumination, car light fixtures, car floor, car frame and platforms, capacity and loading plates, rated load of elevator, guide rail, guide rail supports and fastenings, guide rail shoes, hydraulic machine (Power Unit) and tank, terminal stopping devices, operating devices and control equipment, electrical protective devices, emergency operation and signaling devices, emergency telephone communication system, emergency lighting system, power pack, emergency light fixtures, remote light fixtures, firefighters service Phase I and II, proper identification tags and plates, symbols, strut angles, elevator controller, relays, drives, car slings, bearings, replacement or refurbishing of hoistway doors and hoistway frames, door rollers, hanger track, car operating panel, emergency stop switch, emergency signal, hall call station, audible signals, commandeering switch, direction arrows/lanterns, safety edge, and all equipment related to the proper operation and safety of the elevator. The acquisition will be solicited using the procurement process prescribed in Part 12, Commerical Items, of the Federal Acquisition Requlations (FAR). This will be awarded as an Firm-Fixed-Price contract. The Government will award the contract resulting from this solicitation to the resposible offeror whose quote, conforming to the RFQ will be the Best Value to the Goverment. The award may be made to a superor offeror which is not tke lowest offered price, but which is significantly more technically advantageous than the lowest offered price so as to justify the payment of a higher price. The evaluation factors listed in descending order of importance are: Factor 1- Experience and Qualifications of Contractor and Key Personnel; Factor 2- Past Performance; Factor 3- Capablilty to Perform; and Factor 4-Cost. Factors 1 and 2 are of equal weighting; Factors 1,2, and 3 are significantly more important than price; however price will contribute subsantially to the selection decision. Award of the contract will be made as a whole to the offeror whose quote conforms to all requirements of the specifications and is the "greatest value" to the Government, cost and other factors considered. A Pre-Bid Meeting will scheduled in the near future. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunties (FBO) homepage located http://www.fbo.gov/ An electronic copy of Solicitation Number AG-63PX-S-12-0058 will be posted on site on or about July 24, 2012. No hard copies will be issued and no written of fax requests will be accepted. Proposals are due on or about August 24, 2012 by 4:00 PM. (Central) Quotes may be emailed to Michael Ash at the following e-mail address: mikeash@fs.fed.us. Quotes may also be faxed to 651-649-5285, or sent by mail to USDA Forest Service - Northern Research Station, 1992 Folwell Ave, St. Paul, MN 55108, Attn: Michael Ash. The NAICS Code for this project is 238290 with a size standard of $14.0 million. It is the contractor's responsibility to monitor FBO for any amendments. All contractors must be registered in the Central Contractor Registration (CCR) database at https//ww.bpn.gov/ccr/default.aspx as required by FAR 4.1102. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submitting your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/. Davis-Bacon Act Wage Rates will be acclicable. Award will be made as a whole to one offeror. This procurement is set aside 100% for small business concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63PX/AG-63PX-S-12-0058/listing.html)
- Place of Performance
- Address: 180 Canfield Street, Morgantown, West Virginia, 26505, United States
- Zip Code: 26505
- Zip Code: 26505
- Record
- SN02784659-W 20120626/120624233030-076098f0863b35b39ddd1f341b4cf144 (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 |