Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2024 SAM #8381
SOLICITATION NOTICE

N -- Installation of a backup generator located at Joint Base Cape Cod

Notice Date
11/5/2024 4:00:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G625Q300005
 
Response Due
11/12/2024 2:00:00 PM
 
Archive Date
11/27/2024
 
Point of Contact
Karen M. Marino, Phone: 6174942437
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. This announcement constitutes the only solicitation; quotations are being�requested and a written solicitation will not be issued. Solicitation No. 6913G625Q300005 is issued as a�Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of�Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and�Incorporated provisions are those in effect through Federal Acquisition Circular 2024-07, effective�09/30/2024. �The NAICS Code is 238210; the Small Business size standard is $19M. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) operates the Volpe Test Range (VTR) located in Joint Base Cape Cod in Sandwich, Massachusetts. The VTR supports Position Navigation and Timing (PNT) work in support of DOT Office of the Secretary (OST-R) and the Federal Aviation Administration (FAA) has the FD70 Testing Phase II validation effort ongoing. In order to provide testing in all weather conditions a backup generator is required due to more frequent power outages during the winter months. The Contractor shall provide all labor, equipment, tools, fuel, and materials necessary for the services described under CLIN 00100, 00200 and 00300 below, in accordance with the attached Statement of Work (SOW), terms and conditions and Wage Determinations. REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. �Please provide a firm fixed price quote in accordance with the following items: CLIN 00100 - Concrete pad for generator and conduit/piping Quantity: 1 Unit: JOB Unit Price: $__________________ Total Price $__________________ PSC: N059 Period of Performance: Date of award to 05/02/2025 CLIN 00200 - Installation of 400A 3 phase 120/208V automatic transfer switch Quantity: 1 Unit: JOB Unit Price: $__________________ Total Price $__________________ PSC: N059 Period of Performance: date of award to 05/02/2025 CLIN 00300 - Installation of Generator and all associated hardware Quantity: 1 Unit: JOB Unit Price: $__________________ Total Price $__________________ PSC: N059 Period of Performance: date of award to 05/02/2025 PERIOD OF PERFORMANCE The period of performance for the resulting award will be date of award to May 2, 2025. INSTRUCTIONS TO OFFERORS: This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. � FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference, see attached Addendum. Vendors are required to meet all solicitation requirements. Failure to meet a requirement may result in a vendor submission being ineligible for award. Questions shall be submitted by 10:00 PM EST on Tuesday, November 12, 2024. Quotes shall be submitted by 5:00 PM EST on Tuesday, November 12, 2024. Questions and quotes shall be submitted to Karen Marino (karen.marino@dot.gov). Quote submission shall consist of two (2) parts: Price and Technical Submission. EVALUATION The Government will make an award to the responsible vendor whose submission conforms with the solicitation terms and conditions and represents the �Best Value� to the Government. Therefore, an award may be made to other than the lowest priced offer. � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3. �An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov.� If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. �All Contractors must be registered in SAM in order to receive an award from a DOT Agency. � FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated by reference.� FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.222-62, 52.232-33, 52.232-40 and 52.252-1. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. The offer should be addressed to the following: �U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 220 Binney Street, Cambridge, MA 02142.� The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov. �The time for receipt of offers is 5:00 PM Eastern Time on 11/12/2024. �No telephone requests will be honored. �The Government will not pay for any information received. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5bd3fe2d8530445ea2fb158a0ce08c2a/view)
 
Place of Performance
Address: Buzzards Bay, MA 02542, USA
Zip Code: 02542
Country: USA
 
Record
SN07257096-F 20241107/241105230100 (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.