Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2003 FBO #0493
SOLICITATION NOTICE

59 -- Reconfiguration of Substation No. 7 at 450 Golden Gate Ave.

Notice Date
2/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (9PMFC), 450 Golden Gate Avenue, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS09P03KSM0040
 
Response Due
3/7/2003
 
Point of Contact
Patrick Jones, Contracting Officer, Phone (415) 522-3345, Fax (415) 522-3118,
 
E-Mail Address
patrick.jones@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMMERCIAL ITEM - COMBINED SYNOPSIS/SOLICITATION 17 - DESCRIPTION REQUIREMENTS This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SCOPE OF WORK-The contractor shall provide all labor, materials, equipment, supervision, and transportation to design/build services to remove an unnessary and obsolete network protector and reconfigure the associated switchboard to operate without the network protector, at the Phillip Burton Federal Building and US Courthouse, 450 Golden Gate Ave., San Francisco, CA. Any work which requires a disruption of service must be scheduled 2 weeks in advance with building management. A workers must comply with building security and access procedures. . FAR REQUIREMENT: FAR 52-212-1 is applicable, FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (a)The Government will award a purchase order 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: (i)Experience of the firm (ii) Qualifications of Key Personnel, (iii) Proposed Schedule and (iv)price. The above factors, when combined, are roughly equal to price. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision) 52.212-3-Contractor will include a completed copy of this provision. 52.212-4 - Contract Terms and Conditions - Commercial Items is applicable. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2001)(a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items:(1) 52.222-3, Convict Labor(E.O. 11755).(2) 52.233-3, Protest after Award (31 U.S.C. 3553).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components:__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402).___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999).___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer).___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994).___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5.___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).____ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)).___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)).___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).(ii)___ Alternate I of 52.219-23.____ (9) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (10) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).X (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)_X (12) 52.222-26, Equal Opportunity (E.O. 11246).X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212).X (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793).X_ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212).X_ (16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126).___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)).___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).___ (18) 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d).___ (19)(i) 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note).___ (ii) Alternate I of 52.225-3.___ (iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)._X__ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129).__ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849).___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849).__ (24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332).___ (25) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U.S.C. 3332).___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332).___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a).___ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241).___ (ii) Alternate I of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:____ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.).X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.).___ (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 12933). (7) ____X__ Davis-Bacon Act, as amended. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (E.O. 11246);(2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);(3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793);(4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996);(5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.).(End of clause) Pursuant to FAR 12.301(e)(2), the following FAR clauses are incorporated by reference (Checked as appropriate): ___ 52.217-8 Option to Extend Services. ____ 52.217-9 Option to Extend the Term of the Contract. The solicitation number GS09P03KSM0040 is being issued as a Request for Proposals. All provisions and clauses are those in effect through Federal Acquisition Circular FAC-97-21, dated January 10, 2001. The NAICS code for this solicitation is _238210_ $12 M___. This procurement is 100% set aside for Small Business. Proposals due on 03/07/03 Time 2:00 p.m. PST, at GSA, Real Property Program Division, Technical Section (9PMFT), 450 Golden Gate Avenue, 4th Floor East, San Francisco, CA 94102-3434. POC: Mr. Patrick G. Jones. Telephone No.(415) 522-3345, patrick.jones@gsa.gov or Mark Levi (415) 522-3374, mark.levi@gsa.gov. Copies of the complete statement of work, wage decision, etc., can be obtained by contacting Jonathan Soper at (415) 974-0390, FAX (415) 974-0399 or jsoper@enovity.com. A pre-proposal conference will not be held.***** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 05-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/9PMFC/GS09P03KSM0040/listing.html)
 
Place of Performance
Address: Phillip Burton Federal Building and US Courthouse 450 Golden Gate Ave San Francisco, CA
Zip Code: 94102
 
Record
SN00296788-F 20030407/030405220647 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.