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, 2018 FBO #6067
SOLICITATION NOTICE

45 -- Replace HVAC System at Effigy Mound Nat'l Monument (Purchase and Installation)

Notice Date
7/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
 
ZIP Code
00000
 
Solicitation Number
140P6018Q0042
 
Response Due
7/20/2018
 
Archive Date
8/4/2018
 
Point of Contact
Murray, Nicholas
 
Small Business Set-Aside
Total Small Business
 
Description
Replace HVAC System at Effigy Mound National Monument (Purchase and Installation) (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; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6018Q0042, for the performance of replacing of all five Visitor Center forced-air HVAC systems. All work and components shall be installed in a manner consistent with all applicable building codes, manufacturers instructions and warranty requirements, and acceptable practices. (iii) Solicitation 140P6018Q0042 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-98. (iv) This requirement has been set aside for total small business competition in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) and the small business size standard is $15.0M. (v) Item No: 0010 Description: Forced-Air HVAC Sys + Removal & Installation Labor Quantity/Unit: 1 Job (vi) The work consists of the contractor furnishing all personnel, equipment, tools, materials, supervision, and removing existing systems and installing five (5) HVAC systems to include the forced-air LP furnaces, air conditioner units (ACU), all connecting ductwork to the existing ducts, other utility connections and piping, new condensation pumps, and new digital thermostats for each HVAC unit in accordance with the provide Scope of Work (SOW) at Effigy Mounds National Monument. (vii) The work can be started upon issuance of the award and must be completed within 60 days ARO, unless extenuating, government approved, circumstances arise. The place of deliver and acceptance and FOB point is Effigy Mounds National Monument, Visitor Center, 151 HWY 76, Harpers Ferry,IA 52146-7519. Contractor to review all locations noting limited access points and conditions for replacement and installation of new units and components. (viii) FAR 52.212-1 applies to this acquisition, all Offerors must comply with the following commercial item terms and conditions, which are incorporated herein: Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." The offeror shall make a clear statement in the quote documentation that the quote is valid until this date. The National Park Service intends to issue one (1) Firm-Fixed Price Award in response to this solicitation. Offerors are encouraged to submit best price(s), considering all items, labor, and any price reductions. In order to be awarded a contract an offeror must have a DUNS number, be registered and active in the System for Award Management (SAM), http://www.sam.gov, and have completed their Online Representations and Certifications. Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior(DOI) and National Park Service (NPS). The project is subject to the Service Contract Act: Wage Determination No.: 2015-4987 Revision No.: 6 Superseded General Decision Number: IA20160100 Date Of Revision: 01/10/2018 State: Iowa County: Allamakee County in Iowa. Offeror Submission Instructions and Limitations: To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in their quote all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. All offerors are required to submit the following documents with their quote: 1. Signed Standard Form 18 2. Item pricing sheet that includes an itemized breakdown of all costs. 3. Provide your proposed schedule for accomplishing the work including significant dates. 4. Proof of licensed in the code enforcement jurisdiction in which the project is located. 5. Provide Mfr. Part/Item Number and manufacture of all Forced-Air HVAC Sys components. Technical Capability: Submit a capabilities statement or complete comparable information to identify the offeror's ability to perform all requirements in the Scope of Work. The capabilities statement must include, the number of years of experience in this field, qualifications of personnel, technical resources and any information that demonstrates competencies and how they relate to the work to be performed. Past Performance: Offeror shall submit a Past Performance Questioner (PPQ) provided, for three (3) projects performed in the last three years that are of similar size and scope to that of the solicited project. PERIOD OF PERFORMANCE: The period of performance for this project is 60 days ARO. Site visit highly recommended to ensure proper sizing and type of all equipment being replaced. Please contact Jeremy Parker, Facility Operations Specialist, 563-873-3491 ext. 131 to make arrangements for site visit. All questions shall be submitted electronically to nicholas_m_murray@nps.gov no later than 2:00PM CST, July 10, 2018. (ix) FAR 52.212-2, Evaluation -- Commercial Items, Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: technical, past performance, and price. (x)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, the selected offeror must submit a completed copy of the listed representations and certifications; (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6 Alt I, 52.204-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.232-34, 52.237-1, 52.237-2 and the following clauses in paragraph (c) 52.222-41,52.222-42, 52.222-43, 52.222-50, 52.222-55, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 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 requried to be submitted as an attachment to the IPP invoice : **HARD COPY 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. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. (xiii) Provide a warranty for all HVAC system components endorsed and executed by the system supplier. Contractor shall be responsible during design, installation, testing and guarantee periods for any damage caused by contractor or subcontractors, or by defects in Contractor's or subcontractor's work, materials or equipment. Warranty shall cover all materials, equipment and installation provided by contractor or subcontractor. Contractor shall replace failing or malfunctioning components during the stated period of warranty. The contractor warranty period must be at least one (1) year following system acceptance and includes all materials, workmanship, and labor. Manufacturer warranty shall be for a period of 5 years from completion of the project. All warranty conditions shall be provided via separate document at completion of acceptance tests. (xiv) N/A (xv) All quotes shall be submitted electronically to nicholas_m_murray@nps.gov no later than 2:00 PM CST, July 20, 2018. (xvi) The Government point of contact Nicholas M Murray is the sole point of contact for this solicitation all correspondences shall be addressed to Nicholas M Murray at nicholas_m_murray@nps.gov or 402.661.1698.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6018Q0042/listing.html)
 
Place of Performance
Address: NPS, MWR, Effigy Mounds NM 151 Hwy 76 HARPERS FERRY IA 52146-7519 USA
Zip Code: 52146-7519
 
Record
SN04977478-W 20180704/180702231211-6ee01d76af7975f3cfa4cb35a01e95ae (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.