Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOLICITATION NOTICE

J -- J--EB POWER PLANT CRANE MODIFICATIONS

Notice Date
8/19/2020 12:21:51 PM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
 
ZIP Code
84138
 
Solicitation Number
140R4020Q0087
 
Response Due
9/7/2020 12:00:00 AM
 
Archive Date
09/22/2020
 
Point of Contact
Laughbon, Lisa
 
E-Mail Address
llaughbon@usbr.gov
(llaughbon@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION 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. Solicitation number 140R4020Q0087 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 effective 07/14/2020. This is a total small business set-aside under NAICS 811310- Industrial Machinery & Equipment Repair and Maintenance, with a small business size standard of $8.0 million. SUBMITALS Written, signed offers on a company letterhead with contact information are due no later than 7 September 2020 by electronic mail to llaughbon@usbr.gov. For information regarding this Request for Quotation, please contact Lisa Laughbon, Contract Specialist at llaughbon@usbr.gov. Please review and utilize the attached statement of work for specifications and the attached Pricing sheet for convenience in providing quotations. Please note any submission requirements when submitting materials for consideration. PROJECT DESCRIPTION: 1.0 Introduction The Bureau of Reclamation, Elephant Butte Field Division has a need to update the Power Plant Crane. Located at 4696 HWY 51, E Third Ave (HC32 Box 312) Truth or Consequences, NM 87901. 2.0 Background The 40 Ton Pawling and Harnischfeger (P&H) Crane is 80 years old. It is a 230 Volt 3 Phase System. The crane requires updates/modifications to bring it up to current OSHA 1910.304(a)(1)(i) safety standards. The following OSHA safety deficiencies have been found: � When operating, the crane cab and hooks on the down blocks of the crane interfere with the structure of a newly built office, this can cause damage to the structure of the office. � The crane is not properly grounded and does not currently meet OSHA Safety standards. � There is no belay tie off for personnel who are servicing the crane 3.0 Scope Work shall not occur during the following dates: 12 October 2020 � 16 November 2020 Work Requirements: The following modifications shall be made to correct the deficiencies and modify the bridge crane. These modifications will remove the crane cab and restore full use of the crane bridge. This will also correct the interference of the crane cab and hooks with the newly built office and prevent damage to that structure. 1. All control panels and cabinets shall be removed from the inside of the crane cab and relocated to the designated area on the crane catwalk. 2. All legs and terminals for the control panels and cabinets shall be relocated to the designated area on the catwalk and be rewired. 3. The Crane Cab shall be removed completely 4. The old 230Volt 3 Phase system shall be brought to code by installing a new conductor bar with grounding as per OSHA 1910.304(a)(1)(i) 5. An appropriate cabled belay tie off shall be installed on the concrete catwalk on top of the runway to ensure the ability to safely service the crane. 6. A Cutoff Switch with Manual Override capability shall be installed so that crane movement can be stopped when the crane is coming into proximity with the office structure. 7. Testing shall occur to ensure that electrical systems are fully functional, that the grounding has been installed correctly, that all switches installed perform to the required specification. The crane shall be tested and ensure it is running correctly before the vendor certifies work is completed. 8. Ensure that all debris is cleaned up and removed from the site. Work Hours Work shall be performed Monday through Friday 6:30 AM to 5:00 PM excluding Federal Holidays. Any work outside the designated hours shall be arranged and approved prior to scheduling with the COR or Contracting Officer. Contractor�s Duties Comply with laws, codes, ordinances, rules, regulations, orders, and other legal requirements of public authorities that bear on performance of work. Contractor shall follow the requirements of the Reclamation�s Safety and Health Standards and are available at: https://www.usbr.gov/ssle/safety/RSHS-all.pdf 4.0 Site Visit Due to COVID restrictions the Site Visit there will be a general online Site Visit ,with a video of the crane in relation to the office, for the project on Wednesday August 26, 2020 at 0900 hours for the prospective offerors to receive an overview of the project as well as contractual information. To receive the a link to the online meeting and to setup your site visit appointment send your email and contact information to the contract specialist Lisa Laughbon (llaughbon@usbr.gov) no later than August 24th 2020 at 1700 hours mountain time. QUESTIONS SHALL BE ALLOWED DURING THE ONLINE THE SITE VISIT. ALL QUESTIONS SUBMITTED AFTER THE ONLINE SHALL BE SUBMITTED BEFORE THE CCLOSE OF BUSINESS ON SEPTEMEBER 2ND, 2020 TO THE CONTRACT SPECIALIST LISA LAUGHBON VIA EMAIL LLAUGHBON@USBR.GOV. THE ANSWERS SHALL BE PUBLISHED ONLINE AT BETA.SAM.GOV AS AN AMENDMENT TO THE SOLICITATION SEPTEMBER 4TH 2020. PROVISIONS AND CLAUSES: The provision at 52.212-1, Instructions to Quoters-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term �quote� where the term �offer� appears in the provision. The following Provisions Apply to the Solicitation Process of this Procurement: 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252.5 - Authorized Deviations in Provisions (APR 1984); 52.212-1 - Instructions to Quoters � Commercial Items (OCT 2018); 52.212-3 - Quoter Representations and Certifications � Commercial Items (DEC 2019) - must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry.; 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017); 52.204-7 - System for Award Management (SAM) (OCT 2018); 52.204-16 - Commercial and Government Entity Code Reporting (AUG 2020); 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020); 52.211-6 Brand Name or Equal (AUG 1999); 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certification (Oct 2015); 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (Apr 1984); WBR 1452.225-82 - Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation (May 2005) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Offeror represents that� (1)It � will, � will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� It � does, � does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i)For covered equipment� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii)For covered services� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i)For covered equipment� (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii)For covered services� (A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. SIGNATURE ____________________________________ Date: _______________________ 52.212-2 EVALUATION � COMMERCIAL ITEMS - (OCT 2014) (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: Factor 1: Technical Approach: o Provide an overview of crane modifications and approach including but not limited to: � Description of planned modifications � Configuration of wireless control � Integration of wireless control with existing crane controls � Method of sizing new braking systems including calculation methods � Warranty, details and conditions of warranty offered for equipment furnished and work performed. Factor 2: Schedule o Furnish a total project schedule. The schedule shall show the sequencing of the following: � Fabrication, shipment, and delivery of major components, crane outages, installation work for each crane, mobilization and periods of no work, and overall completion of project. � Any other activities and information required to accurately and completely represent the offeror's schedule. o For the basis of developing a schedule, vendors shall assume: � A contract award date of September 18, 2020. Factor 3: Experience Furnish a list of projects similar in scope, complexity and magnitude to the work required under this solicitation completed by the offeror within the last 10 years. A minimum of 3 projects shall be included. At a minimum, include the following for each project: � Name of project � Description of work � Contract number, date, type, name, address for the acquiring Government agency or commercial owner � Initial contract amount and final contract amount � Name(s), telephone number(s) and e-mail address(s) of references from the acquiring customer who may be contacted for further information. Factor 4: Past Performance - The reference information provided under Company Experience above will be used to evaluate past performance information. The Government also reserves the right to use information obtained through the Past Performance Information Retrieval System (PPIRS.gov) in evaluating past performance. Factor 5: Price- No cost or price information shall be included in the technical quote Vendors shall complete the schedule B included in the specifications and may also submit a more detailed breakdown of prices. Technical Approach, Schedule, Experience and past performance, when combined, are significantly more important than price. The following Clauses Apply to the Solicitation and Any Subsequent Award for this Procurement: 52.252-2 - CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) - 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): FAR Clauses � https://www.acquisition.gov/far/ 52.212-4 � Contract Terms and Conditions � Commercial Items (OCT 2018); 52.204-13 � System for Award Management Maintenance (OCT 2018); 52.204-18 � Commercial and Government Entity Code Maintenance (JUL 2016); 52.223-3 � Hazardous Material Identification and Material Safety Data � Alternate I (JAN 1997); 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.233-4 � Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 � Protection of Government Buildings, Equipment and Vegetation (APR 1984); 52.242-15 � Stop Work Order (AUG 1989); 52.252-6 � Authorized Deviations in Clauses (APR 1984); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (JUNE 2020), 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) ; 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018); 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019); 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.203-6- Restrictions on Subcontractor Sales to the Government (June 2020); 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); 52.204-14 - Service Contract Reporting Requirements (Oct 2016); 52.209-6 - Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020); 52.219-6 - Notice of Total Small Business Set-Aside (Mar 2020) ; 52.219-14 - Limitations on Subcontracting (Mar 2020); 52.219-28 - Post Award Small Business Program Rerepresentation (Mar 2020); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2020); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-26 - Equal Opportunity (Sep 2016); 52.222-36- Equal Opportunity for Workers with Disabilities (Jun 2020); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-50 - Combating Trafficking in Persons (Jan 2019); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020); 52.225-1 - Buy American-Supplies (May 2014); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); 52.222-41 - Service Contract Labor Standards (Aug 2018); 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 2014); 52.222-44 - Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014); 52.222-55 - Minimum Wages Under Executive Order 13658 (Dec 2015); 52.222-62 - Paid Sick Leave Under Executive Order 13706 (Jan 2017); 52.203-13 - Contractor Code of Business Ethics and Conduct (Jun 2020); 52.219-8 - Utilization of Small Business Concerns (Oct 2018); 52.222-54 - Employment Eligibility Verification (Oct 2015); 52.224-3 - Privacy Training (Jan 2017); 52.225-26 - Contractors Performing Private Security Functions Outside the United States (Oct 2016); 52.226-6 - Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020); 52.247-64 - Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) Additional Clauses that will apply to any award resulting from this solicitation are: DOI-AAAP-0028 - Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) (APR 2013); 1452.201-70 � Authorities and Delegations (SEP 2011) WBR1452.201-80 � Contracting Officer�s Representative�s Authorities and Limitations � Bureau of Reclamation (MAY 2018); 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) Written, signed offers on a company letterhead with contact information are due no later than 7 September 2020 by electronic mail to llaughbon@usbr.gov. For Administrative Convenience a full Statement of Work with Pictures, the applicable wage determination and the representation that is required to be filled out is attached as a PDF to this announcement. For information regarding this Request for Quotation, please contact Lisa Laughbon, Contract Specialist at llaughbon@usbr.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17c82796024c4781ba2760464d05c80b/view)
 
Record
SN05764962-F 20200821/200819230159 (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.