SOLICITATION NOTICE
Y -- Steam Boiler Replacement - Solicitation
- Notice Date
- 4/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- 693JF717Q00001
- Archive Date
- 5/19/2017
- Point of Contact
- Judy Bowers, Phone: 2023661913
- E-Mail Address
-
judy.bowers@dot.gov
(judy.bowers@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire Statement of Work Solicitation This solicitation is for to acquire a qualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision to remove and replace the #2 O'Hara steam boiler and domestic hot water heater and repair the #1 O'Hara boiler. The selected contractor will be responsible for the following: #2 BOILER REPLACEMENT •A. Furnish and install (1) low pressure steam, wet base, cast iron sectional boiler with power burner that pressurize the firebox and operate under forced and balanced draft. •B. Provide boiler knocked down for field assembly and install in compliance with manufacturer's installation instructions. All work must be done in a neat and workman like manner. •C. The new steam boiler shall be a cast iron sectional wet base design, hydro-wall with water circulating around the combustion area. No refractory of fire chamber base is required. Sections shall be assembled with high temperature port seals and gas tight rope. Each boiler to be provided with a gas / oil burner capable of burning natural gas at 10" W.C. inlet pressure and/or No. 2 fuel oil. •1. Boiler-burner unit field assembled •2. 15 PSI design steam pressure, 5 - 10 PSI operating pressure. •3. Forced or balanced draft. (See Statement of Work and Solicitation for full description) The solicitation number 693JF717Q00001 for the replacement of one steam boiler, one domestic hot water heater and the repair of one steam boiler. This is being issued as a Request for Quotes (RFQ) The United States Merchant Martine Academy (USMMA) is an agency of the Maritime Administration (MARAD) managed by the United States Department of Transportation. The USMMA is listed as a National Historic District on the National Register of Historic Places. The American Merchant Marine Museum (the former William S. Barstow house), is part of the academy; however, it is listed separately on the National Register. Therefore, all work shall be consistent with the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR part 68) http://www.nps.gov/tps/standards/four-treatments/treatment-guidelines.pdf. and shall meet or exceed the standards provided in the Secretary of the Interior's Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. All work shall meet or exceed the standards provided in the Secretary of the Interior's Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. The package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award. Past performances from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation (AGAR )452.219-70 Size Standard and NAICS Code Information: Set-Aside/Size Standards: This Solicitation is a set-aside for Small Business Concerns Only The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: Quoters will be accepted from Small Business concerns under NAICS Code 238220 Plumbing, Heating, and Air-Conditioning Contractors The Small Business Standard is $15 Million The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: •a. Technical Qualifications •b. Past Performance •c. Price Quoters must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html Description of requirements for the items to be acquired: Firm Fixed Priced requirement for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work. Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies). Provide an estimated period of performance to complete each project. In accordance with FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits are as follows: Monday, April 10, 2017, at 8:00am; and Monday, April 17, 2017, at 10:30am Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. Richard Ronde, Jr. 516-726-5606 Richard.ronde@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. Submit all questions regarding this requirement via email to judy.bowers@dot.gov no later than Friday, April 21, 2017. Quoters should email their quotes by Thursday, May 4, 2017, at 10:00am to: Judy.bowers@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF717Q00001/listing.html)
- Place of Performance
- Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN04463571-W 20170408/170406235816-bcac61a504535a3208ed3da8211ab792 (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 |