Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

J -- Inspection, Maintenance and Repairs of Security Barricade System

Notice Date
7/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NPS, NER - NE MABOBoston National Historical ParkCharlestown Navy YardBuilding I-1BostonMA02129-4543US
 
ZIP Code
00000
 
Solicitation Number
P14PS01036
 
Response Due
8/9/2014
 
Archive Date
9/8/2014
 
Point of Contact
DAVID BARCELEAU
 
E-Mail Address
Contract Specialist
(david_barceleau@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation Number is P14PS01036 and is issued as a Request for quotes (RFQ) under Federal Acquisition Regulation (FAR) Parts 12, 13.5, and 37. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. The FAC, is available at https://www.acquisition.gov/FAR. This is a Total Small Business Set-Aside under NAICS code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of $7.5 million. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. An offeror must ensure that they are self-certified under NAICS Code 811310 in the Representations and Certifications portion of SAM. SCA, Decision No2005-2256, Rev. 16, dated 06/19/2013 is attached as Attachment 0003, and applicable to this Solicitation. Submit quotes on the Request for Quote Schedule (Attachment 0002). Quotes shall be submitted electronically to David Barceleau at david_barceleau@nps.gov and are due 08/09/2014 12pm ET. For information regarding this solicitation, contact David Barceleau at david_barceleau@nps.gov. Line Item Number 00010: Base Year, Firm-Fixed Price Monthly and Quarterly Inspection and Maintenance and Emergency Service Calls with Firm-Fixed Price Indefinite Quantity Repairs in accordance with Attachment 0001, Scope of Work, Attachment 0002, Quote Schedule, and Attachment 0003, Wage Rate Requirements (Construction). Period of Performance: 08/15/2014 to 08/14/2015. Line Item Number 00020: Option Period One, Firm-Fixed Price Monthly and Quarterly Inspection and Maintenance and Emergency Service Calls with Firm-Fixed Price Indefinite Quantity Repairs in accordance with Attachment 0001, Scope of Work, Attachment 0002, Quote Schedule, and Attachment 0003, Wage Rate Requirements (Construction). Period of Performance: 08/15/2015 to 08/14/2016. Line Item Number 00030 - Option Period Two, Firm-Fixed Price Monthly and Quarterly Inspection and Maintenance and Emergency Service Calls with Firm-Fixed Price Indefinite Quantity Repairs in accordance with Attachment 0001, Scope of Work, Attachment 0002, Quote Schedule, and Attachment 0003, Wage Rate Requirements (Construction). Period of Performance: 08/15/2016 to 08/14/2017. Line Item Number 00040 - Option Period Three, Firm-Fixed Price Monthly and Quarterly Inspection and Maintenance and Emergency Service Calls with Firm-Fixed Price Indefinite Quantity Repairs in accordance with Attachment 0001, Scope of Work, Attachment 0002, Quote Schedule, and Attachment 0003, Wage Rate Requirements (Construction). Period of Performance: 08/15/2017 to 08/14/2018. Line Item Number 00050 - Option Period Four, Firm-Fixed Price Monthly and Quarterly Inspection and Maintenance and Emergency Service Calls with Firm-Fixed Price Indefinite Quantity Repairs in accordance with Attachment 0001, Scope of Work, Attachment 0002, Quote Schedule, and Attachment 0003, Wage Rate Requirements (Construction). Period of Performance: 08/15/2018 to 08/14/2019. FOB Destination. * The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government anticipates awarding a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price only. 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 offers 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. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. [(i) None Listed.] * The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this solicitation. * The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this solicitation. The following FAR clauses are cited in the clause 52.212-5: 52.203-6, 3, 52.203-13, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41, and 52.222-43. * The following FAR clauses also apply to this solicitation: 52.202-1, 52.203-3, 52.203-5, 52.203-12, 52.203-17, 52.204-13, 52.216-18 [(a) 08/15/2014 through 02/14/2020], 52.216-19 [(a) $1,000.00, (b)(1) $25,000.00, (b)(2) $25,000.00, (b)(3) 30 days, and (d) five days], 52.216-22 [(d) 02/14/2020], 52.217-8 [30 calendar days of the end of the Performance Period ], 52.222-17, 52.223-2, 52.223-11, 52.223-17, 52.228-5, 52.229-3, 52.232-1, 52.232-39, 52.232-40, 52.237-2, 52.237-3, 52.242-13, 52.242-17, 52.243-1 ALT I, 52.244-6, 52.246-4, and 52.252-2 [see http://farsite.hill.af.mil/vffara.htm]. * 52.217-9 Option to Extend the Term of the Contract. (MAR 2000) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of clause) * 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: Industrial Equipment Mechanic, Grade 10 Monetary Wage - Fringe Benefits: $24.16/hr + $4.35/hr = $28.51/hr (End of clause) The following Department of Interior clauses apply to this solicitation: * 1452.228-70 Liability Insurance (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: Insurance Schedule (General): 1. Workman's Compensation and Employer Liability Insurance: Compliance with applicable Federal and State Worker's Compensation and Occupational Disease Statutes shall be required. Employer liability coverage in the minimum amount of: $100,000. 2. General/Professional Liability Insurance: Bodily injury liability insurance minimum amount of $1,000,000 per occurrence. 3. Automobile Liability Insurance: This insurance shall be required on the comprehensive form of the policy and shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. The minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage shall be required. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (End of clause) * CONTRACT WORK HOURS (NOV 2007) The performance period established for this contract is based upon all work being conducted during regular working hours. Regular working hours are limited to the time between 8:00 AM-5:00 PM EST, Monday through Friday, excluding Government holidays. If the Contractor desires to carry on work outside regular hours, including Saturdays, Sundays, and Government holidays, a request must be submitted to the Contracting Officer Representative in sufficient time to allow satisfactory arrangements to be made by the Government for access to the work site and inspection. (End of clause) * TERM OF CONTRACT (NOV 2007) The term of the basic and contract option periods are as follows: Contract Periods Start Date Completion Date Basic Contract Period 08/15/2014 08/14/2015 First Option Period 08/15/2015 08/14/2016 Second Option Period 08/15/2016 08/14/2017 Third Option Period 08/15/2017 08/14/2018 Fourth Option Period 08/15/2018 08/14/2019 The total duration of this contract, including the exercise of any options shall not exceed sixty (60) months. If the contract includes FAR 52.217-08, Option to Extend Services, the total duration of this contract, if that clause is invoked, is sixty-six (66) months. * Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) * AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) * Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officers decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: National Park Service Bureau Procurement Chief 200 Chestnut Street Philadelphia, PA 19106 (c) Requesting independent agency review will not extend the Government Accountability Offices (GAOs) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) The following FAR provisions also apply to this solicitation: 52.204-7, 52.212-3 [(i) None Listed], 52.217-5, 52.219-1 [(a)(1) - 811310 and (a)(2) - $7.5 million], 52.225-25, 52.237-1, 52.252-1 [see http://farsite.hill.af.mil/vffara.htm], and 52.252-5 [(b) Department of the Interior (48 CFR Chapter 14)]. * 52.233-2 Service of Protest. (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Contracting Officer, National Park Service, NE MABO, Charlestown Navy Yard, Building I-1 Boston, MA 02129-4543 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) The following Department of Interior provision also applies to this solicitation: * 1452.233-2 Service of Protest As prescribed in 1433.106, the provision at FAR 52.233-2, Service of Protest, shall be modified before insertion into solicitations and contracts by changing the title of the provision to read: "SERVICE OF PROTEST DEPARTMENT OF THE INTERIOR (JUL 1996) (DEVIATION)"; and adding the following sentence to the end of the provision: (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protester to the Department of the Interior Assistant Solicitor for Procurement and Patents, 1849 C Street, NW, Room 6511, Washington, D.C. 20240." (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01036/listing.html)
 
Record
SN03438699-W 20140727/140725235156-906a71c5ebb43667dc34c9e34adf8639 (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.