SOLICITATION NOTICE
61 -- Generator Upgrades for Well House and Vistor's Assistance Center - SOW - JHK Wellhouse Upgrades
- Notice Date
- 9/2/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM-16-T-0050
- Archive Date
- 9/30/2016
- Point of Contact
- Carol Jayroe, Phone: 9102514110
- E-Mail Address
-
Carol.B.Jayroe@usace.army.mil
(Carol.B.Jayroe@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work - Generator Upgrades for the Well House and Visitor’s Assistance Center, John H. Kerr Reservoir, Boydton, VA This notice is being posted as an avenue to provide Request for Quotes, W912PM-16-T-0050. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is 100% set-aside for small businesses. The solicitation number is W912PM-16-T-0050, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 335999, with a small business size standard of 500 average employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-89. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requests the labor, equipment, materials, parts, and services necessary to complete the installation of new incoming power sources and as outlined in the technical requirements and drawings. This includes, but is not limited to: generators, transfer switches, wiring, conduits, meter boxes, weather heads, breaker boxes and breakers. The work will be performed at the John H. Kerr Dam and Reservoir in Boydton, Virginia. Qualifications of Contractor: The Contractor must have a Virginia Class A contractor's license, past experience in power distribution construction including but not limited to utility service drops, three phase breaker panel boards, transfer switches, emergency generators and must have a crew that is qualified to perform this work. A copy of the license and documentation experience must be submitted in the form of three (3) documented projects over the last five (5) years. The submittals may be brief, but shall include the point of contact for the customer, for which the work was done. Performance Period: All required installation/services shall be completed within November 1, 2016 - March 1, 2017. Place of Performance Address: John H. Kerr Reservoir 1930 Mays Chapel Road Boydton, Virginia 23917 SITE VISIT A site visit has been scheduled for Thursday, September 08, 2016 at 10:00 AM EDT Please contact Carol Jayroe at Carol.B.Jayroe@usace.army.mil by 3:00 pm EDT, Wednesday, 07 September 2016 if you plan on attending the site visit. No questions shall be answered during the site visit. Prospective offerors are requested to submit any written questions or inquiries via email to the Contract Specialist: Carol.B.Jayroe@usace.army.mil. Inquiries should specify the section and paragraph of the Statement of Work for which clarification is desired. The Government reserves the right to decline addressing questions received less than five (5) calendar days prior to receipt of quotes. Participants will meet at: John H. Kerr Reservoir 1930 Mays Chapel Road Boydton, Virginia 23917 To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-1, Approval of Contract 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items 52.214-34, Submission of Offers in the English Language. 52.214-35, Submission of Offers in U.S. Currency. 52.219-1, Small Business Program Representations 52.219-8, Utilization of Small Business Concerns 52.219-28, Post-award Small Business Representations 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combatting Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-6, Drug-Free Workplace 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-17, Interest 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-38, Submission of Electronic Funds Transfer Information with Offer 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-16, Responsibility for Supplies 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7007, Alternate A, Annual Representations and Certifications. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036 Alternate I, Buy American--Free Trade Agreements--Balance of Payments Program 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer 52.212-2 - Evaluation -- Commercial Items (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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: i. Possession of a State of Virginia Class A license. A copy of the license must be submitted with the quote, and ii. Evidence of past experience in power distribution construction including but not limited to utility service drops, three phase breaker panel boards, transfer switches, emergency generators and must have a crew that is qualified to perform this work. This experience must be submitted with the quote in the form of documentation of three (3) successfully completed technically similar projects over the last 5 years. The submittals can be very brief, but must include the point of contact for the customer for which the work was done. Failure to provide this documentation may render the vendor non-responsive and the quote may no longer be considered for the procurement. (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. (End of provision) 52.000-4001 HANDCARRIED BIDS/PROPOSALS/QUOTES (Sep 2003) (Wilmington Local Instruction) 1. If bids/proposals/quotes are hand carried, deliver them to the U. S. Army Corps of Engineers, Wilmington District, Attn: Ms. Carol Jayroe, Contracting Division, 69 Darlington Avenue, Wilmington, North Carolina, 28403. All bids/proposals must be received in the Contracting Office not later than the exact time specified for bid opening or time specified for receipt of proposals. 2. Due to security measures at the Wilmington District Office, you should allow sufficient time for delivery of the bid/proposal to ensure it is received timely. (End) 52.000-4028 INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) WAGE DETERMINATION Wage Determinations are inserted and incorporated into this contract. In the performance of this contract the Contractor shall comply with the requirements of the U.S. Department of Labor Wage Determination Numbers (See below), dated (See below). Wage Determinations are available on line at www.wdol.gov or at http://www.wdol.gov/sca.aspx. Service Contract Act Wage Decision No. 2005-4323, Rev. 2, dated 12/29/15 shall be applicable to any contract resulting from this solicitation. These rates and benefits are the minimums to be paid employees hereunder. 52.0201-4001 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 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: U.S. Army Corps of Engineers, Wilmington District Attn: Contracting Division 69 Darlington Avenue Wilmington, NC 28403 (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) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates 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 clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses, discount terms, and DUNS number. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 15 SEPTEMBER 2016. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Ms. Carol Jayroe, Carol.B.Jayroe@usace.army.mil. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written Request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email to carol.b.jayroe@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f47972c4679b6c63f6dd24c4d043432)
- Record
- SN04253280-W 20160904/160902234415-3f47972c4679b6c63f6dd24c4d043432 (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 |