SOLICITATION NOTICE
J -- AIR COMPRESSOR SERVICE - BPA
- Notice Date
- 5/20/2020 11:30:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3020Q0009
- Response Due
- 6/3/2020 12:00:00 AM
- Archive Date
- 06/18/2020
- Point of Contact
- Wirth, Tanya
- E-Mail Address
-
tlwirth@usbr.gov
(tlwirth@usbr.gov)
- Awardee
- null
- Description
- 140R3020Q0009 - Air Compressor Service Combined Synopsis/Solicitation (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; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0009) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number (FAC) 2020-04. (iv) This requirement is full and open. The North American Industry Classification System (NAICS) Code for this acquisition is: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for NAICS Code [enter NAICS number and size standard is $8.0 Million. (v) Line item 0001 - 12 months, routine periodic and preventative maintenance (Base Year). The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. Line item 0002 - 12 months, emergency diagnostic and repair (Base Year). The PWS provides more detailed information about the requirement and is attached to the RFQ. Line item 0003 - 12 months, routine periodic and preventative maintenance (Option Year 1). The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. Line item 0004 - 12 months, emergency diagnostic and repair (Option Year 1). The PWS provides more detailed information about the requirement and is attached to the RFQ. Line item 0005 - 12 months, routine periodic and preventative maintenance (Option Year 2). The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. Line item 0006 - 12 months, emergency diagnostic and repair (Option Year 2). The PWS provides more detailed information about the requirement and is attached to the RFQ. Line item 0007 - 12 months, routine periodic and preventative maintenance (Option Year 3). The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. Line item 0008 - 12 months, emergency diagnostic and repair (Option Year 3). The PWS provides more detailed information about the requirement and is attached to the RFQ. (vi) The Bureau of Reclamation has a requirement routine periodic and preventative maintenance as well as emergency diagnostic and repair on three (3ea) Sullair TS-32 air compressors located at Hoover Dam. The Contractor shall provide all management, licenses/certificates, tools, supplies, equipment labor and transportation to provide maintenance at the three specified location(s) in accordance with the PWS. (vii) Work shall begin on or about June 15, 2020. All work shall be completed by June 14, 2024. Work shall be completed at Hoover Dam, Boulder City, NV. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. (ix) Determination of award will be based on the lowest-priced responsive quote from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. ADDENDUM TO 52.212-3 52.203-18 Prohibition on contracting with entities that require certain internal confidentiality agreements or statements-representation (Jan 2017) 52.204-24 (Dec 2019) Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace -- Bureau of Reclamation (Dec 2009) WBR 1452.237-80 Security Requirements--Bureau of Reclamation (FEB 2017) (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. ADDENDUM TO 52.212-4 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-23 Prohibition on Contracting for Hardware, Software, And Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-4 Applicable Law for Breach Of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order (Aug 1989) DOI-AAAP-0028 Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) Apr 2013) DOI-AAAP-0050 Contractor Performance Assessment Reporting System (Dec 2015) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (xiii) Additional contract requirements include the following clauses and provisions: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). (ii) Alternate I (FEB 1999) of 52.222-26. 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (ii) Alternate I (JULY 2014) of 52.222-35 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) (29 U.S.C. 793). (ii) Alternate I (JULY 2014) of 52.222-36 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.223-20, Aerosols (Jun 2016) (E.O. 13693) 52.223-21, Foams (Jun 2016) (E.O. 13693) 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). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016) 52.204-7 SYSTEM FOR AWARD MANAGEMENT (Oct 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) (xiv) Not Applicable (xv) All questions shall be submitted via email to tlwirth@usbr.gov no later than May 22, 2020, 10:00AM local time. Offers are due 06/03/2020, 10:00AM local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted via email to tlwirth@usbr.gov. (xvi) The Point of Contact for this solicitation is Tanya Wirth. She may be reached via e-mail at tlwirth@usbr.gov. (ix) FAR provision 52.212-2, Evaluation-Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Determination of award will be based on the lowest-priced responsive quote from a responsible offeror. (xii) 52.222-41, Service Contract Labor Standards � Attachment B - WAGE DETERMINATION 2015-5594, REVISION 14, DATE OF REVISION 12/13/19. 52.222-42, Statement of Equivalent Rates for Federal Hires �WG-10; MONETARY WAGE - $26.18/hr.; FRINGE BENEFITS - 19%, includes paid health insurance premiums, retirement benefits, vacation pay, and sick leave pay. This Statement is for Information Only: It is not a Wage Determination 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 54 months. End of Combined/Synopsis Solicitation
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2cac258da8454a54b28658051a98eaa4/view)
- Record
- SN05663999-F 20200522/200520230154 (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 |