Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
SOLICITATION NOTICE

45 -- Electric Water Heater Replacement - Columbia Basin Job Corps Center - RFQ Package

Notice Date
7/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street, Job Corps Acquisition Support Branch, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82A7-S-14-0061
 
Archive Date
8/15/2014
 
Point of Contact
Brian N. McCabe, Phone: 3032755305
 
E-Mail Address
bmccabe@fs.fed.us
(bmccabe@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Quote Submission Questionnaire SCA - Wage Determinations Drawings Section 223300 - Waterheater Section 024119 - Selective Demolition Section 010150 - General Requirements Section 000150 List of Drawings and Specifications Final SOW and T&C's Amendment 00002 SF-30 Amendment 00002 SF-30 Amendment 00001 SF-18 - AG-82A7-S-14-0061 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number for this requirement is AG-82A7-S-14-0061 and is issued as a request for quotation (RFQ) under the authority of FAR 13. The solicitation includes the original SF-18 as well as the SF-30's for Amendments 00001 and 00002. Only the Scope of Work (SOW) associated with Amendment 0002 is incorporated with this FBO posting, as the previous SOW's do not apply, as this was solicited previously outside of FBO with no results. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) This acquisition is NOT subject to a small business set-aside. The associated NAICS code is 238220 and small business size standard for this NAICS code is: $14.0. (v) The Schedule of Services applicable to this acquisition provides a list of contract line item numbers, items, quantities, and units of measure, including contract options, for the services required. The pricing portions of this Schedule of Services should be filled out and submitted as part of any quote submitted in response to this combined synopsis/solicitation. See Attachment 1 for the Schedule of Services applicable to this acquisition. (vi) This requirement is for the replacement of one (1) 300 gallon electric water heater that is reaching the end of its operational life expectancy for a Forest Service Job Corps Center. The Contractor shall be fully responsible for providing all materials, labor, and equipment for the removal and disposal of one (1) existing 300 gallon electric water heater. The contractor shall be fully responsible for providing and installing one (1) new brand name or equal 300 gallon electric water heater. The one (1) new electric water heater must connect to existing electrical, plumbing and water lines. The Contractor shall provide all management, supervision, labor, supplies, materials, and equipment (except as otherwise specified herein); to plan, schedule, and coordinate as necessary; and to ensure effective performance of all services as specified in the attached Scope of Work (SOW). (vii) The Services will be required on-site at Columbia Basin Job Corps Center, located at 6739 24th Street, Bldg 2402, Moses Lake, WA 98837. Contractor personnel will perform all work required in the SOW. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following addendum applies to the provision: See Request for Quote for additional information and required quotation submittals. (ix) The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following is the specific evaluation criteria to be included in paragraph a: 1. Price 2. Technical Capability - see Part IV - Quote Preparation Instructions for required information 3. Past Performance - see Part IV - Quote Preparation Instructions for required information Relative Importance of Factors: Technical Capability and Past Performance, when combined, are significantly less important than price. (x) Quoters must electronically complete FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, at www.SAM.gov before submitting the quote. Offer must confirm in the Offeror Questionnaire (see Solicitation Attachment 1) that quoter has electronically completed the provision FAR 52.212-3, the annual representations and certifications, at www.SAM.gov. The complete provision can be found at https://www.acquisition.gov/far/loadmainre.html. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addendum to the clause will be included in any contract awarded for this requirement: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: (xiii) The following additional contract requirements and terms and conditions apply to this acquisition: -- FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) -- FAR 52.217-8 Option to Extend Services (Nov 1999) Fill-in: 10 calendar days prior to contract expiration date -- FAR 52.228-5 Insurance - Work on a Government Installation (Jan 1997) -- AGAR 452.224-70 Confidentiality of Information (Feb 1988) --Special Clauses: Restrictions Against Disclosure (Feb 1988) & Reporting Child Abuse (xiv) N/A (xv) Quotes must be received via email no later than 1600 Mountain Time on July 31, 2014 to Brian N. McCabe, Contracting Officer at bmccabe@fs.fed.us. No hand delivered, faxed, mailed and/or shipped quotes will be considered. (xvi) All correspondence regarding this solicitation must be sent electronically in writing to: Brian N. McCabe and bmccabe@fs.fed.us The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received, or elect to not award at all. The Government does not intend to hold discussions. If necessary, the Government may conduct discussions with any or all quoters. The Government may issue an order on the basis of quotes as received, without entering into discussions with any quoter. Therefore, each initial quote should contain the quoter's best terms and must speak directly to the evaluation factors listed. See Solicitation Attachments for Scope of Work (SOW), Special Project Specifications, SCA Wage Determination, Quote Submission Questionnaire and other attachments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5681b3834d0450bbb2cb5c55c4161c14)
 
Place of Performance
Address: 6769 24th Street, Lake Moses, Washington, 98837, United States
Zip Code: 98837
 
Record
SN03413568-W 20140704/140703003211-5681b3834d0450bbb2cb5c55c4161c14 (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.