Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2019 SAM #6572
SOLICITATION NOTICE

J -- Boiler Repair

Notice Date
11/25/2019 5:55:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FMC DEVENS AYER MA 01432 USA
 
ZIP Code
01432
 
Solicitation Number
15B20520Q00000006
 
Response Due
12/11/2019 10:00:00 AM
 
Archive Date
12/26/2019
 
Point of Contact
Charles M Coushaine, Phone: 9787961136
 
E-Mail Address
ccoushaine@bop.gov
(ccoushaine@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. Department of JusticeFederal Bureau of PrisonsFederal Medical Center (FMC) Devens42 Patton RdAyer, MA 01432November 20, 2019 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 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 15B20520Q00000006. This solicitation is issued as a Request for Quote (RFQ). Please read it in its entirety. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-01. The NAICS for this requirement is 238220 with a small business size standard of $15M. The following service are required: CLIN 0001: 1 Project, see statement of work. This solicitation is expected to result in the award of a firm-fixed price contract to repair a boiler at FMC Devens. More information can be found within the statement of work attached to this solicitation. TERMS OF DELIVERY ARE F.O.B. DESTINATION TO: FMC Devens 42 Patton Road Ayer, MA 01432 FAR 52.212-1, Instructions to Offerors-Commerical, applies to this acquisition. Award will be made to the responsible Quoter whose quote conforms to the requirements and is determined to provide the best value to the Government, considering the evaluation factors outlined below. (1) Technical Compliance - The vendor must be able to perform all services and supply all items listed within the Statement of Work attached to this solicitation; (2) Price - The Government will evaluate the Quoter’s proposed price to ensure it is fair and reasonable; (3) Past Performance - Past performance information shall include prior experience and similar performances undertaken by the contractor; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be submitted with quote. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this acquisition. FAR 52.212-5 (August 2019), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. _X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _X (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). _X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126). _X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). _X (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). _X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _X (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. (iii) Alternate II (May 2014) of 52.225-3. _X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). _X (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332). The selected Quoter must comply with the additional contract terms and conditions, which are incorporated herein by reference: Provisions 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification Clauses 52.27-103-72 - DOJ Contractor Residency Requirement Bureau of Prisons (JUNE 2004) PGD 15-03, Attach 1 - DJAR-PGD-15-03 - Security of Department Information and Systems (APR 2015) The full text of the referenced FAR provisions and clauses may be accessed electronically at www.acquisition.gov/FAR or by contacting Charles Coushaine, Contract Specialist, by email to ccoushaine@bop.gov Not applicable to this solicitation. The completed solicitation package must be returned no later than 1:00 p.m. Eastern Standard Time on December 11, 2019. The anticipated award date is on or about December 12, 2019. Vendors shall submit quotes to Charles Coushaine, Contract Specialist, by email to ccoushaine@bop.gov ONLY. No fax, hand delivered, or mail-in quotes will be accepted. Quotes MUST be good for 30 calendar days after close. Please ensure all information requested is included. Information will be posted to the General Services Administration, Federal Business Opportunities website: http://www.betasam.gov. All future information about this acquisition, including amendments, and cancellations will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. ***Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer (FMC Devens) to respond. Questions must be submitted by email only, no phone calls please. The email address to send questions is ccoushaine@bop.gov ***Question #1*** Will there be a site visit? If so, when?*Answer #1*There will be an optional on site visit on December 4, 2019 at FMC Devens. If you want to attend this optional site visit, please meet at 9am EST at FMC Devens front lobby, 42 Patton Road, Ayer MA. We will walk to where the boiler is located. ***Question #2*** Does this project contain asbestos or other hazardous materials?*Answer #2* No, there is no asbestos or other hazardous materials.For further questions, please send questions to ccoushaine@bop.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a81bb2c285774a2aa3cc33963fe41b0e/view)
 
Place of Performance
Address: 3005, MA 01432, USA
Zip Code: 01432
Country: USA
 
Record
SN05502735-F 20191127/191125230256 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.