SOLICITATION NOTICE
45 -- Water Heaters
- Notice Date
- 7/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423720
— Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
- Contracting Office
- Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
- ZIP Code
- 75051
- Solicitation Number
- IFBP06031200001
- Archive Date
- 7/31/2012
- Point of Contact
- Teresa A Cooper, Phone: 972-352-4515, Paul D. Baker, Phone: (972) 352-4559
- E-Mail Address
-
t1cooper@bop.gov, pbaker@bop.gov
(t1cooper@bop.gov, pbaker@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12. The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas, intends to make a single award for three (3) 500 gallon 2.47 million BTU gas-fired water heaters and one (1) 300 gallon 600,000 BTU gas-fired water heater for FDC Honolulu, Hawaii. The contract type is a definite quantity contract with firm-fixed prices. It will be posted July 2, 2012 and will be distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interested parties are responsible for monitoring the site to ensure you have the most up-to-date information about the acquisition. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The anticipated date for receipt of quotes is on or about July 16, 2012. The North American Industry Classification System code for this solicitation is 423720 with a size standard of 100 employees. All responsible small business concerns may submit a quote which will be considered. Faith-Based and Community-Based Organizations can submit offers/quotes equally with other organizations for contracts for which they are eligible. The anticipated date of award is July 20, 2012. Specification: Three 500 gallon, 2.4 million BTU gas-fired water heaters, must fit within the existing concrete pad and clearance (5.5' w x 16' L, 7'H total range) One 300 gallon, 600,000 BTU gas-fired water heater and must also fit within the existing concrete pad (4'W x 9.5'L x 5'H total range) In addition to the concrete pad, all gas-fired water heaters must fit through a door opening of 6' wide x 8'high. The new water heaters must be able to utilize existing utility service and physical connections. This project shall comply with all appropriate state and federal codes, including the latest editions for the Uniform Building Code, National Plumbing Code, Life Safety Code OSHA, American Correctional Association Standards and all other applicable codes and laws. Contract Clauses 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). A resultant contract will incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract 52.203-12 Limitation on Payments to influence Federal Transactions (Oct 2010) (>$150,000) 52.204-4 Printed or copied double-sided on recycled paper (MAY 2011) 52.204-7 Central Contractor Registration (Feb 2012) 52.253-1 Computer Generated Forms (JAN 1991) 52.212-2 Evaluation-Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability, past performance, price Technical and past performance when combined will be approximately equal when compared to price. SOLICITATION PROVISIONS: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions to Provisions incorporated by reference (Sept 2007) 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.214-4, False Statements in Bids (Apr 1984) 52.214-6, Explanation to Prospective Bidders (Apr 1984) 52.214.7, Late Submissions, Modifications, and Withdrawals of Bids (Nov 1999) 52.214-10, Contract Award-Sealed Bidding (July 1990) 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012) 52.214-5 Submission of Bids (Mar 1997) 52.216-1, Type of Contract (16.105) (Apr 1984) (IFB or RFQ) -The Government contemplates award of definite quantity contract firm-fixed prices resulting from this solicitation. 52.233-2 Protest After Award (Aug 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, DC 20534 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) (incorporated by text) 2852.233-70, Protests filed directly with the Department of Justice (JAR) 2833.102(d)(1)(i) JAN 1998 Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Central Contractor Registration - Offerors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. FOIA- Offerors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF OFFERS: Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than June 29, 2012. Written offers will be accepted by mail, hand-carried delivery, fax to 972-352-4545, or email. Mailed or Hand-carried offers must be delivered to the attention of Teresa Cooper at the address shown. The official point of receipt for hand-carried offers will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying offers to accommodate access to secured base. Faxed offers must be faxed to 972-352-4545, Attn: Teresa Cooper, Contracting Officer. Offers should be clearly marked with the IFB number and include all required information. Emailed offers must be sent in.pdf format only to t1cooper@bop.gov. Include the following in your subject line: Offer submitted in response to IFBP06031200001. Offers must include all required information. REQUIRED SUBMITTALS: On letterhead or business stationary, the following required information must be submitted. Failure to provide required information may result in your offer not being considered. (1) Contractors DUNS Number (2) Prices offered. (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. Please ensure that a business size is listed for this requirement's applicable NAICS code - [enter applicable NAICS code].
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/IFBP06031200001/listing.html)
- Place of Performance
- Address: 351 Elliott Street, Honolulu, Hawaii, 96819, United States
- Zip Code: 96819
- Zip Code: 96819
- Record
- SN02792076-W 20120704/120702235101-6a2745fff85a1ee7fa6b3c106d89a728 (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 |