Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SOLICITATION NOTICE

J -- Steam trap survey and repairs - Complete notice

Notice Date
2/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Agricultural Research Service - Plains Area
 
ZIP Code
00000
 
Solicitation Number
AG-6612-S-17-0001
 
Archive Date
3/2/2017
 
Point of Contact
Connie M Faulkner, Phone: 7012391213
 
E-Mail Address
connie.faulkner@ars.usda.gov
(connie.faulkner@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
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. Solicitation number AG-6612-S-17-0001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated NAICS code is 238220. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): United States Department of Agriculture Agricultural Research Service STATEMENT OF WORK STEAM TRAP SURVEY AND REPAIRS Biosciences Research Laboratory 1605 Albrecht Blvd. N., Fargo, ND, 58102-2765 1. PROJECT CONTACT PERSONS: A. CONTRACTING OFFICER (CO): Connie Faulkner Tel. No.: (701) 239-1213 USDA, ARS, BRL 1605 Albrecht Blvd. N. Email: connie.faulkner@ars.usda.gov Fargo, ND 58102 B. ENGINEERING PROJECT MANAGER (EPM): Greg Graham Tel. No.: (970) 492-7025 USDA, ARS, WBSC Fax No.: (970) 492-7049 2150 Centre Avenue, Email: Greg.Graham@ars.usda.gov Building D, Suite 310, Fort Collins, CO 80526 C. RESEARCH PROGRAM REPRESENTATIVES (RPR): Dr. Michael Grusak Tel. No.: (701) 239-1371 Center Director Email: Mike.Grusak@ars.usda.gov Red River Valley Agricultural Research Center 1605 Albrecht Boulevard N. Fargo, ND 58102-2765 D. ADMINISTRATIVE OFFICERS (AO): John Johnson Tel. No.: (701) 239-1203 Administrative Officer Email: John.Johnson@ars.usda.gov Red River Valley Agricultural Research Center 1605 Albrecht Boulevard N. Fargo, ND 58102-2765 E. LOCATION MAINTENANCE TECHNICAL CONTACT: Ben LaGasse Tel. No.: (701) 239-1220 Facility Engineer Email: Ben.LaGasse@ars.usda.gov Red River Valley Agricultural Research Center 1605 Albrecht Boulevard N. Fargo, ND 58102-2765 F. SAFETY AND OCCUPATIONAL HEALTH MANAGER (SOHM): Phil Smith Tel. No.: (979) 260 - 9449 USDA, ARS, WBSC Email: Phil.Smith@ars.usda.gov 1001 Holleman Drive East College Station, TX 77840 2. PROJECT REQUIREMENTS: A. The Contractor shall provide services to survey 220 steam traps and replace an anticipated 27% of each size of steam trap, determined to be faulty. B. Survey to include the following: 1. Identification of all steam traps and labeling with clear and durable tags. 2. Ultrasonically testing of all steam traps in operation. 3. Provide a comprehensive and detailed survey report, showing sizes, locations, and tag identification information in an electronic Excel format. 4. Provide list of failed steam traps, with failure method of no flow or continuous flow. C. The contractor will provide a turn-key product to include, but not limited to, all materials as specified and the proper installation of all material. D. The Contractor will work with site personnel to ensure project is accomplished in a timely manner. E. The Contractor's work shall adhere to the criteria stated within these project requirements, drawings, and specifications. All construction shall comply with applicable federal, state, and local code requirements as well as current industry standards, (ie: EPA, ASTM, GSA, AASHTO, etc.) and health and safety codes, in effect at the time of contract award. F. This project falls under the DAVIS BACON Wage Act. 3. Background &Site Description: Mission: The Red River Valley Agricultural Research Center coordinates the research of five research units in two laboratories at Fargo, ND; the Biosciences Research Laboratory, and the Northern Crop Science Laboratory. The overall mission of the Center is to 1) reduce the negative impact of foreign chemicals in food animals and food processing; 2) develop knowledge and germplasm to improve hard red spring & durum wheat, barley, and oat; 3) improve the effectiveness of bees used in crop pollination and insects used in IPM programs; 4) improve quality and profitability of sugar beet and potato production via research on germplasm enhancement, crop protection, and postharvest physiology; & 5) develop knowledge and technology to benefit the sunflower industry, and study the physiology, genetics, and molecular biology of weeds to improve and/or discover management strategies. The project is located at the Biosciences Research Lab (BRL) which comprises 6 buildings at the RRVARC described as follows*: Building B001 - Office/Lab 001 was constructed in 1964 with an addition added in 1981. Building B002 - Shop/Office/Garage was constructed in 1964. Building B003 - Animal Husbandry 003 was constructed in 1964. Building B004 - Chemical Storage 004 was constructed in 1964. Building B005 - Support/Lab 005 (Insect/Animal) was constructed in 1964 with additions added in 1981 and 1986. Building B006 - Insectary 006 was constructed in 1979. *Builder Facility Assessment Report 2016 Schedule: Item Description Base Item A. Identification of all (estimated number is 220) steam traps and labeling with clear and durable tags. Create unique identifiers (ID #'s) for each trap, get approval of identification scheme and labels from EPM or COR, make and install tags. B. Ultrasonically testing of all steam traps in operation. C. Provide a comprehensive and detailed survey report, showing sizes, locations, and tag identification information in an electronic Excel format. D. Provide list of failed steam traps, with failure method of no flow or continuous flow. Add Alternate 1 A. The Contractor will repair the existing failed steam traps found in base item. B. Estimated number of failed traps to repair is 59. C. Remove and re-install the existing steam traps on a zone basis to meet the mechanical code (see Alt 1 above). Add Alternate 2 A. The Contractor will replace the existing failed steam traps found in base item. B. Estimated number of failed traps to replace is 59. C. Dispose of all faulty steam traps removed. Description of Work: The Contractor shall provide services to survey 220 steam traps and replace an anticipated 27% of each size of steam trap, determined to be faulty. A. Products Not used. B. Remove and re-install the existing steam traps on a zone basis to meet the mechanical code (see Alt 1 above). C. Dispose of all steam traps removed that are to be replaced (see Alt 2 above). D. The Contractor will provide a turn-key project satisfying all Local, State, and Federal requirements. E. Contractor is responsible for any damage to adjacent equipment and miscellaneous objects that may become damaged during installation of the paving. The Contractor is responsible for making repairs to meet or exceed conditions prior to damage. F. The Contractor is responsible for visiting the site prior to submitting a bid to observe existing conditions. No compensation will be provided for conditions that would be visible during an on-site visit for persons experienced performing this type of work. 4. Government Furnished Equipment\Services A. The Government does not anticipate the need in this project, but the Government will be available to assist with the identification of possible other under-ground utilities but does not guarantee location of all utilities. B. The Government will furnish a reasonable amount of electricity and water. 5. PROJECT SCHEDULE: The Contract time for this project is 90 calendar days. 6. GENERAL REQUIREMENTS: A. Permits: Where governing regulations and imposed codes and standards require notices, permits, licenses, inspections, tests, and similar items or actions in order to lawfully proceed with the required work, the Contractor shall obtain items and take those actions in accordance with the regulations of the governing authority. The costs of such permits, licenses, inspections, etc., are the obligation of the Contractor. B. Existing Installations / Demolition: Contractor shall modify existing installations as needed to accommodate the new installation. Contractor shall coordinate modification of existing installations with Owner. All disturbances of existing systems shall be thoroughly coordinated with the Owner to prevent disturbances that might jeopardize on-going operations and research. Owner reserves the right to retain any equipment / materials removed as part of the scope of work. Contractor shall coordinate any equipment / materials to be retained with Owner prior to starting demolition operations. Contractor shall legally dispose all any materials removed that will not be retained. C. Installation: It shall be the responsibility of the Contractor to complete work in accordance with Federal, State, and Local Code Standards. Additional procedures and materials may be required than is indicated herein. If any item specified herein conflicts with the applicable codes and recommendations, the Contractor shall bring it to the attention of the designated Contracting Officer Representative (COR) for immediate resolution. D. Submittals: Provide manufacturer's descriptive literature/shop drawings for all materials to the COR for review. The descriptive literature shall be annotated/highlighted to show its conformance with contract requirements. Submittals are required for new materials and will be stamped and/or signed by the general contractor prior to submission to the Government. Contractor is responsible for any costs incurred for equipment ordered without prior approval. E. Quality Control: The work performed under this contract shall be subject to continuous audit by the COR. Quality control is the exclusive responsibility of the Contractor. F. Protection of Work and Property/Safety Requirements: 1. Contractor shall furnish a Site Specific Safety Plan (SSSP) 10 days after contract award. SSSP shall be approved by the Government before construction work commences. 2. The Contractor shall protect the work, the site, and all existing property and structures within the limits of the construction activities or that may be affected thereby until acceptance of the work. Any damage to property shall be repaired at the Contractor's expense, to pre-damaged condition to the satisfaction of the COR. 3. Safety and health matters, as they relate to the work, are the exclusive responsibility of the Contractor. The Contractor shall furnish, erect, and maintain barricades, warning lights, signs, guards, or take other precautions as may be required by law or local authorities of the protection and security. 4. Contractor is responsible for verifying location of any underground utility and is responsible for any damaged caused to such utilities. G. Temporary Facilities: 1. Temporary utilities (water and electricity) may be furnished to the Contractor by the Government, if so requested. The Contractor shall maintain and protect all such utilities during the course of construction and shall repair or replace any items damaged through its own negligence. 2. Should the Contractor require any power or utility shutdowns during construction, the Contractor shall obtain approval for such shutdown from the COR seven working days prior to the need. H. Materials and Equipment: 1. The material and equipment to be furnished under these contract documents shall be the standard products of manufacturers regularly engaged in the production of such materials and equipment and shall be the manufacturer's latest standard design. 2. All materials and equipment to be incorporated in the work shall be handled and stored by the manufacturer, fabricator, supplies and Contractor before during and after shipment in a manner to prevent any injury, theft or damage of any kind to the materials and equipment. All materials and equipment furnished by the Contractor shall be subject to inspection and approval by the CO/COR. 3. Government will not furnish any labor or equipment to unload or move materials or supplies. I. Cleanup: The construction site shall be kept clean and free of debris at all times. Disposal of the old electrical lighting equipment is required. Restore areas disturbed as nearly as possible to the original appearance and condition. Upon completion of the project, and prior to final inspection, the Contractor shall remove from the premises all unused material, trash, and debris resulting from the work to the satisfaction of the COR. J. Warranty: 1. Submit data concerning the standard one year warranty for workmanship, including the warranty periods (dates), and warranty contacts with names, addresses and telephone numbers. K. Final Payment/Contract Closeout: The following documents are REQUIRED PRIOR TO FINAL PAYMENT (other documents may also be required): 1. General contractors minimum one (1) year warranty on work. 2. Operation and Maintenance Data 3. Release of liens. 4. Final Invoice Please make sure quotes are valid until 05/31/2017 EVALUATION FACTORS - 52.211-6 -- Brand Name or Equal (1999) - (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. - (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- - (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; - (2) Clearly identify the item by- - (i) Brand name, if any; and - (ii) Make or model number; - (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and - (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. - (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. - (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. - - (End of provision) This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD 1. Past Performance - Quotes will be evaluated based on the offeor's past performance as provided by the offerors references. 2. Offeror's Technical Solution- The Government will evaluate the performance of the offeror's product for capability and performance. 3. Quality and Reliability- Quotes will be evaluated on the offeror's product for its level of Quality and Reliability. 4. Price- The quoted price is fair and reasonable. NOTE: All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 3, 1, 4. The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government. Description: Facility Containment Restrictions: Delivery is to the Red River Agriculture Research Center (RRVARC). Contractor employee(s) must adhere to facility safety regulations. RRVARC does not have a loading dock. 52.232-18 Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Inspection and Acceptance Terms: Supplies will be inspected and accepted by the End User / Purchasing Agent at destination. Representations: Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. Invoices must be submitted into the Invoice Processing Platform (IPP). IPP is a government-wide secure web-based payment information service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury's Financial Management Service (FMS). One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. The first email will have the IPP Logon ID and link to the IPP application. A second email, containing the password will be sent within 24 hours. Once you receive these emails, please login to the IPP application and complete the registration process. Benefits of registering with IPP include the ability for your company to create invoices directly from a contract award and submit them electronically, as well as: · e-mail notification when invoice(s) are paid · online payment history · remittance download The e-mail notification of payment is sent when a payment is distributed to your bank account and will include all pertinent payment information. The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll-free number is 1-866-973-3131 2 or they can be reached at: IPPCustomerSupport@fms.treas.gov. If you have any questions or concerns, please contact the Controller Operations Division Help Desk at: 1-877-243-3072 or cod.help@usda.gov. The successful vendor must be enrolled in IPP to submit invoices and receive payment. If the successful vendor firm is already enrolled in IPP invoices are to be submitted under the vendors existing IPP enrollment. Clause 52.223-2 requires: The contractor shall report to the environmental point of contact, with a copy to the Contracting Officer, on the product types and dollar value of any USDAdesignated biobased products purchased by the contractor during the previous fiscal year. The report must be submitted not later than October 31 of each year during contract performance and at the end of contract performance. See list of attachments for categories of Biobased products, this list and linked descriptions can be found at http://cfr.regstoday.com/7CFR3201.aspx The environmental point of contact is: Ron Buckhalt RonB.Buckhalt@dm.usda.gov Phone: 202-205-4008 Energy Efficient Products Energy policy acts of 1992, 2005, 2007 and Executive Order 13423 require the purchase of energy efficient products--either those labeled "ENERGY STAR" or designated by the U.S. Department of Energy's Federal Energy Management Program (FEMP). The requirement applies both to direct purchases and contracted services, including contracts for design, construction, renovation, or maintenance of a public building. For contracted services, the contractor must provide ENERGY STAR, FEMP qualified, or other energy efficient products. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2448f7e748b17e83d4899063a4e2bf16)
 
Place of Performance
Address: USDA-ARS, 1605 Albrecht Blvd N, Fargo, North Dakota, 58102-2765, United States
Zip Code: 58102-2765
 
Record
SN04395601-W 20170210/170208234438-2448f7e748b17e83d4899063a4e2bf16 (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.