Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOLICITATION NOTICE

N -- Upgrade Mechanical Systems - SOW

Notice Date
7/3/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 105 MSG/MSC, NY ANG, STEWART ANGB, ONE MILITIA WAY, BLDG 204, NEWBURGH, New York, 12550-5042, United States
 
ZIP Code
12550-5042
 
Solicitation Number
F9D3CE8141AW03
 
Archive Date
7/31/2018
 
Point of Contact
Linda J Pulaski, Phone: 8455631701
 
E-Mail Address
linda.j.pulaski.civ@mail.mil
(linda.j.pulaski.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work The 105th AW Contracting Office at Stewart ANGB in Newburgh NY intends to award a firm-fixed price (FFP) contract for a one-time requirement need mechanical system upgrades. A set of circular pumps in need of seal replacement/rebuild in Hangar 101, new rooftop unit for both heating and cooling located in Bldg. 204, a replacement of existing boiler located in Bldg. 207. All are located at Stewart ANGB and in accordance with the Statement of Work included in this solicitation. This is a Combined Synopsis/Solicitation prepared in accordance with the format outlined in FAR Subpart 12.6 as supplemented with the 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 F9D3CE8141AW03 and is issued as a Request for Quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-98, DFARS current to DPN 20180418 and AFAC 2017-1003. DESCRIPTION: This is a Proposed Contract Action for a commercial acquisition. The requirement is to provide technical expertise, equipment and transportation to remove and replace existing systems identified above, with all associated work, in accordance with all applicable codes and the Statement of Work (SOW). PROJECT LOCATION: Buildings 204, 207 and Hangar 101, 105th AW Stewart ANGB Newburgh NY. SET ASIDE: This solicitation is being issued as a Small Business Set-Aside in accordance with FAR Part. 19.5 -- under North American Industry Classification System (NAICS) code 238220 (Plumbing, Heating, and Air Conditioning Contractors), Classification Code N041, with a size standard of $15 Million. The Davis-Bacon and Related Acts will apply. FUNDING STATUS: This acquisition is currently funded. SITE VISIT SCHEDULED: A site visit will be held to accommodate vendors. (a)The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b)An organized site visit has been scheduled for-- 9:00 AM Eastern Time on July 9, 2018. There will be only one site visit scheduled. Please plan accordingly. (c)Participants will meet at-- 105th Civil Engineering Conference Room Bldg. 207 1 Maguire Way Newburgh NY 12550-5075 (d)Site Visit Point of Contact - POC: Capt. Mark Noteboom DBCE If a gate pass is required, interested parties must submit names of attendees along with their company's name to linda.j.pulaski.civ@mail.mil NLT 2:30 p.m. Eastern Time on 5 July 2018. Be advised, there may be considerable wait times accessing Stewart ANGB. Please plan accordingly. EVALUATION: Award will be conducted and evaluated under the provisions of FAR Part 12, Commercial Items. The lowest price proposal will be reviewed for Technical Acceptability first. Technical Acceptability shall be based on conformance to the requirements detailed. If found technically acceptable, no further reviews will be conducted. If not found acceptable, the next lowest priced submittal shall be evaluated. CLAUSES / PROVISIONS. The following provisions and clauses apply to this procurement: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, FAR 52.222-50, 52.223-18, 52.225-13, and 52.232-33] FAR 52.219-1, Small Business Program Representation, Alternate 1. FAR 52.222-6, Construction Wage Rate Requirements. FAR 52.222-7, Withholding of Funds FAR 52.222-8, Payrolls and Basic Records FAR 52.222-9, Apprentices and Trainees FAR 52.222-10, Compliance with Copeland Act Requirements FAR 52.222-11, Subcontracts (Labor Standards) FAR 52.222-12, Contract Termination-Debarment FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations. FAR 52.222-14, Disputes Concerning Labor Standards FAR 52.222-15, Certification of Eligibility FAR 52.222-35, Equal Opportunity for Veterans. FAR 52.222-37, Employment Reports on Veterans FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-11, Ozone-Depleting Substances FAR 52.223-12, Refrigeration Equipment and Air Conditioners FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Alt I Disputes (Jul 2002) - Alternate I FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.236-2, Differing Site Conditions FAR 52.236-3, Site Investigation and Conditions Affecting the Work FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.246-4, Inspection of Services -- Fixed Price. FAR 52.253-1, Computer Generated Forms DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7004, Alt A, System for Award Management DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.225-7001, Buy American and Balance Of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.236-7005, Airfield Safety Precautions DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.244-7000, Subcontracts or Commercial Items. AFFARS 5352.201-9101, OMBUDSMAN AFFARS 5352.209-9000, Organizational Conflict of Interest AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access To Air Force Installations FAR 52.252.1 Solicitation Provisions Incorporated by Reference. 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 FAR 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. REGISTRATION/CERTIFICATIONS: Prior to award, selected contractor must be registered in the System for Award Management (SAM). Registration in SAM is in order to receive payment for products/services rendered to the Government. If you are not registered you may request an application though the SAM website at https://www.sam.gov. Lack of registration in SAM will qualify contractor as ineligible for award. INVOICING: All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to query the status of contract payment. (Reference: DFARS 252.232-7006, Wide Area Workflow Payment Instructions) SUBMISSION GUIDELINES: Submit all quotes to linda.j.pulaski.civ@mail.mil, no later than 10:00 AM EST on 16 July, 2018, 105th AW Stewart ANGB Newburgh NY. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. Quotes submitted prior to close date are welcome. NO TELEPHONE INQUIRIES. All questions must be sent electronically via email to linda.j.pulaski.civ@mail.mil, Contracting Specialist, no later than 2:00 PM CST on 11 July, 2018. No questions will be accepted after that date. All questions will be answered via amendment to this combined Synopsis/Solication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-1/F9D3CE8141AW03/listing.html)
 
Place of Performance
Address: 105th AW, Stewart ANGB, Newburgh, New York, 12550, United States
Zip Code: 12550
 
Record
SN04977940-W 20180705/180703230801-dac7eb673ea440028d826da5b9ec5222 (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.