Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2020 SAM #6916
SOLICITATION NOTICE

N -- Removal and Install of Transformer at Federal Correctional Facility

Notice Date
11/3/2020 8:48:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FCI THREE RIVERS THREE RIVERS TX 78071 USA
 
ZIP Code
78071
 
Solicitation Number
15B51621Q00000004
 
Response Due
11/18/2020 12:00:00 PM
 
Archive Date
12/03/2020
 
Point of Contact
Carrie Harmon, Phone: 361-786-8694
 
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 15B51621Q00000004 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 238210 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 remove the existing 500kVA, 480/277v, live-front loop feed transformer currently located on the property. �The contractor shall supply a refurbished 500kVA, 480/277v, live-front loop feed transformer.� Contractor will provide a 2375-ton crane to set the transformer from outside the Perimeter fence onto the pad.� The contractor will ensure a temporary generator system will be put in place to ensure a short outage during replacement.� Transformer should be deliverable immediately upon award of contract as current system is faulty. �A description of the services required is attached to this posting as an attachment. � 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. 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/f921b1a9a900475799f00a700087dde1/view)
 
Place of Performance
Address: TX 78071, USA
Zip Code: 78071
Country: USA
 
Record
SN05844686-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 |
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.