SOLICITATION NOTICE
J -- Labor and Material to Replace the Fire Pump
- Notice Date
- 11/3/2020 12:03:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FCI THREE RIVERS THREE RIVERS TX 78071 USA
- ZIP Code
- 78071
- Solicitation Number
- 15B51621Q00000005
- Response Due
- 11/18/2020 12:00:00 PM
- Archive Date
- 12/03/2020
- Point of Contact
- Carrie Harmon, Phone: 3617868694
- E-Mail Address
-
cbharmon@bop.gov
(cbharmon@bop.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and is subject to the rules of FAR Part 12 and 15.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice constitutes solicitation 15B51621Q00000005 and is being issued as a Request for Quote.� This notice and any incorporated provisions include those in effect through Federal Acquisition Circular 2005-59. The applicable NAICS code for this acquisition is 561621 any business size standard will be considered but a small business size standard is preferred. The Federal Bureau of Prisons, Federal Correctional Institution Three Rivers, Texas, located at Hwy 72 West, Three Rivers, Texas 78071 intends to award a firm-fixed price type contract for the acquisition of a contractor to provide labor, materials, equipment and training necessary to replace the fire pump, fire pump controller.� This will include like products and will not be considered an upgrade.� This will include new 1,000 gpm @ 75 psi fire pump with master fire pump controller.� New sensing lines will be included.� Labor to remove old fire pump, fire pump controller and install the new fire pump with controller. �All FAR clauses and provisions that will affect this contract are attached.� Please read each page carefully as there are fill ins required by the contractor. Security and Investigative Requirements: The employees of the Contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The program manager at FCI Three Rivers is responsible for conducting the appropriate law enforcement check on all Contractor staff that may need access inside the prison facility. The following investigative procedure will be performed: � 1). National Crime Information Center (NCIC) check; 2). DOJ?99 (Name Check); 3). FD?258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM?329?A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage) � By submitting an offer for service, the Contractor and its employees agree to complete the required documents and undergo the listed procedure. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the Contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the Contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Privacy Act Notification:� A resultant contract will require contracted staff to operate a system of records and maintain documentation that will require adherence to the Privacy Act of 1974.� The system of records will be maintained in accordance with community standards for adult education.� The Contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source.� Any requests for such information shall be forwarded to the Contracting Officer or Contract Monitor for proper disposition. System for Award Management Registration (September 2012) (DEVIATION) (a) Definitions. As used in this clause- ""Central Contractor Registration (CCR) database"" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. ""Commercial and Government Entity (CAGE) code"" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an ""NCAGE code. "" ""Data Universal Numbering System (DUNS) number"" means the 9 -digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. ""Data Universal Numbering System +4 (DUNS+4) number"" means the DUNS number assigned by D&B plus a 4-chatacter suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4 - character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. ""Registered in the SAM database"" means that- (1 ) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, as well as data required by the Federal Funding Accountability and Transparency Act o f 2006 (see Subpart 4.14) into the SAM database; (2) The Contractors CAGE code is in the SAM database; and {3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record ""Active."" The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. ""System for Award Management {SAM)"" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3} The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the non-procurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4 . (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http;//fedgov.dnb .com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local DUN and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contact when contacting the local DUN and Bradstreet office . (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Trade style, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started . (vii) Number of employees at your location. (viii) Chief executive officer/key manager . (ix) Line of business (industry) . (x) Company Headquarters name and address (reporting relationship within your entity) . (d) Reserved . (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering . Contractors who are not already registered should consider applying for registration a t least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, ""doing business as"" name, or division name (whichever is shown on the contract) , or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- {A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the ""Suspension of Payment"" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the ""Suspension of payment"" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https: //www.acguisition.gov or by calling 866-606-8220, or 334 - 206-7828 for international calls. (End of Clause) Central Contractor Registration - Offerors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. � FOIA- Offerors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. � RFQ Attachments: Statement of Work/ Technical Design Guidelines Applicable FAR clauses and provisions, Business Management Questionnaire, Reps and Certs EVALUATION FACTORS: The contract type is a firm fixed price.� The Government reserves the right upon award to make formal single or multiple awards.� Quotations will be evaluated and award will be based on the price, past performance, offer confirms with the solicitation and is most advantageous to the Government.� With your quote provide all specifications and warranties.� The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous.� The proposed price must include all associated charges, fees and delivery cost (FOB Destination). SUBMISSION OF QUOTES: Quotes must be received at the Federal Correctional Institution Three Rivers, P.O. Box 4000, Hwy 72 West, Three Rivers, Texas 78071 no later than November 18, 2020.� Written offers will be accepted by email or hand -carried delivery. EMailed or Hand-carried offers must be delivered to the attention of Carrie Harmon, Supervisory Contract Specialist at the address shown.� The official point of receipt for hand-carried offers will be at the front lobby area of the main FCI.� Quotes are due not later than Wednesday November 18, 2020 at 2:00 p.m. cst.� Quotes received after this date will not be considered for award.� If any amendments take place, then a signed copy of each amendment must accompany your quote for verification.� Anticipated date of award is on or about November 20, 2020. *Faxed quotes will not be accepted* REQUIRED SUBMITTALS: On letterhead or business stationary, the following required information must be submitted.� Failure to provide required information may result in your offer not being considered.� (1) Contractors DUNS Number (2) Schedule of Items with pricing and the combined synopsis/solicitation number (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov.� Please ensure that a business size is listed for this requirement�s applicable NAICS code � [enter applicable NAICS code]. (4) Documentary evidence of compliance with qualifications. (5) A written description of contractor�s plan to fulfill the contract requirements throughout the life of the contract. (6) Point of Contact information for professional references. The Contractor should provide a list of the last three contracts awarded to your organization which are of a related nature, size, and scope. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). (7) Point of contact information for a financial reference to include Bank Name, Address, Phone, Email address, and Contact Person. If your references will require a Release of Information statement - provide it with your offer submittal� (Business Management Questionnaire). (8) All warranty information regarding manufacturer warranties. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.Beta.sam.gov.� Hard copies of the solicitation document will not be available.�� All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site.� Interested parties are responsible for monitoring this site to insure that they have the most up to date information about this acquisition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/79da9d2384054e1ba43bb0497516e529/view)
- Place of Performance
- Address: Three Rivers, TX 78071, USA
- Zip Code: 78071
- Country: USA
- Zip Code: 78071
- Record
- SN05844666-F 20201105/201103230140 (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 |