Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

61 -- 129JGP20Q0126 Backup Generators with Installation

Notice Date
8/7/2020 5:49:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
USDA FOREST SERVICE NEVADA CITY CA 95959 USA
 
ZIP Code
95959
 
Solicitation Number
129JGP20Q0126
 
Response Due
8/19/2020 3:00:00 PM
 
Archive Date
09/03/2020
 
Point of Contact
Robert Briney, Phone: 5304786120, Fax: 5304786126
 
E-Mail Address
robert.briney@usda.gov
(robert.briney@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this amendment is to add attachment 01 wage determination 2015-5631 Rev 11 07/16/2020.� The sites are accessible and the pad locations are mark.�� Please contact Steven Hall at steven.hall@usda.gov or (530) 957-6152 prior to visiting the sites. (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number 129JGP20Q0126. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, effective date 05-06-2020. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 335312 and the small business size standard is 1,250 employees. (V) This combined solicitation/synopsis is to procure the supply and installation of five propane generators on the El Dorado National Forest: This requirement is to purchase and install 5 Propane 22kW standby generators (GENERAC 6551 Guardian 22KW Standby Generator New w/200 AMP Automatic Transfer Switch or equal) to mitigate power shutdowns on the forest and increase Type 3 IC Command Post locations.� The Forest Service will install concrete pads and will coordinate with the propane companies to lay the propane connection to the pad.� The contractor will be responsible for connecting the generator to the propone connection and the electrical system of the building to allow for the automatic transfer to generator power during power outages. The locations are: Silver Springs Fire Station, 6430 Pony Express Trail, Pollock Pines, CA 95726 Placerville Ranger Station, 4260 8 Mile Rd, Camino, CA 95709 Pacific Ranger Station, 7887 US-50, Pollock Pines, CA 95726 Georgetown Ranger Station, 7600 Wentworth Springs Rd, Georgetown, CA 95634 Grizzly Flats Fire Station, 09326016, Fair Play, CA 95684 Delivery is 45 days after award. (VI) At a minimum: Meet the specification list in V. Provide an accurate schedule for work to be completed. (VII) Location: �����Silver Springs Fire Station, 6430 Pony Express Trail, Pollock Pines, CA 95726 Placerville Ranger Station, 4260 8 Mile Rd, Camino, CA 95709 Pacific Ranger Station, 7887 US-50, Pollock Pines, CA 95726 Georgetown Ranger Station, 7600 Wentworth Springs Rd, Georgetown, CA 95634 Grizzly Flats Fire Station, 09326016, Fair Play, CA 95684. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 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 a quote that provides the best value to the Government. (X) 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: price, technical acceptability, and delivery. (XI) Offerors must complete their Representations and Certifications online at http://beta.SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2020), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2020) applies to this acquisition. The following clauses under subparagraph (b) apply: 8,14, 19, 22, 26, 27, 28, 30, 35, 42, 44, 48, 49, and 58. The following clauses under subparagraph (c) apply: 1, 2, and 7. Additional Contract Requirements: 52.204-7 System for Award Management. (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc. , which may be changed unilaterally by the Government. 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) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements, Invoicing Processing Platform (IPP) (April 2013) 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: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. PDT on Wednesday, August 19th, 2020. All quotes must be emailed to the attention of Robert Briney. Email address: Robert.briney@usda.gov. Companies are encouraged to submit complete products specifications and detail sheets. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVI) Due to the Covid-19 travel and meeting restrictions the Government will not be hosting a formal site visit for this project. 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.� ��Any questions regarding this RFQ should be directed to Robert Briney at Robert.Briney@usda.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d9dc4992f92432fb2775cd55c99c68c/view)
 
Place of Performance
Address: Camino, CA 95709, USA
Zip Code: 95709
Country: USA
 
Record
SN05749728-F 20200809/200807230142 (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.