Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2004 FBO #0815
SOLICITATION NOTICE

J -- W912DY-04-T-0009 - Relocation of Boilers at Ft. Dix

Notice Date
2/17/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-04-T-0009
 
Response Due
2/19/2004
 
Archive Date
4/19/2004
 
Point of Contact
David D. Russell, 256-895-1205
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(David.D.Russell@hnd01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. W912DY-04-T-0009 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-27. NAICS CODE is 811219. This acquisition is 100% set-aside for Small Business. Small Business Size Standard is $6M. DESCRIPTION: Contractor shall provide all services, including, but not limited to, personnel, material, labor, travel and lodging necessary to perform the following work located at Fort Dix, New Jersey. The contractor shall conform to the following specifications: National Electrical Code (NEC), National Fire Protection Association (NFPA), American Society of Mechanical Engineers (SAME), Occupational Safety Health Association, and American Society of Heating Refrigerati on and Air Conditioning Engineers (ASHRAE). The contractor shall remove from building 5601 and install in building 5986, two (2) Weil McLain boilers and one (1) Domestic Hot Water coil. The contractor shall also remove from building 5986 and install in bui lding 5601, 2 Weil McLain boilers and 1 Domestic Hot Water generator. In order to accomplish this work, the contractor shall: (1) Remove Boilers, DHW coils and all associated components required to have equipment fully operational when re-installed. (2) Ri g and transport all equipment to new locations. (3) Set boilers on house keeping pads as previously installed. The house keeping pads shall be extended as needed to accommodate the boilers. (4) Provide and install all piping needed to maintain the maximum capacity of equipment as indicated in the equipment specifications. (5) Provide and install all electrical wiring required for proper operation of components. (6) Install DHW generator, provide and install all necessary piping to insure maximum output spec ifications. All piping and associated equipment shall be insulated with proper vapor barrier to match the existing insulation. All piping shall also be clearly marked as to type of fluid and direction of flow. (7) Remove, re-locate and install the stack an d breeching required for the relocated equipment. (8) Perform hydrostatic test to all newly installed piping and equipment. (9) Provide adequate piping to supply natural gas to equipment and perform pressure test for inspection. The contractor shall instal l exterior natural gas lines that conform to the department of transportation requirements included in 49 CFR 192 entitled Transportation of Natural and other Gas by Pipeline; Minimum Federal Safety Standards. Interior natural gas piping shall conform to t he requirements of NFPA 54. (10) Provide start-up and check all components for proper operation. (11) The contractor shall at all times keep the work area including storage areas, free from accumulations of waste materials. Upon completion of all work the contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the point of contact (POC) located at Fort Dix. (12) The contractor shall prepare a site safety and health plan in accordance with the US Army Corps of Engineers S afety and Health Requirements Manual EM 385-1-1 dated November 3, 2003 prior to receiving the notice to proceed for construction. (13) The contractor shall comply with all Fort Dix security requirements. Security requirements can be obtained from the Fort Dix (POC). (14) The contractor is encouraged to perform a site survey prior to submitting a proposal in order to have a better understanding of the existing site conditions. Site surveys shall be coordinated with the Fort Dix POC. (15) The contractor shall coordinate with the Fort Dix POC, Mr. John Lamb 609-562-2668. (16) All schedules shall be coordinated with the Fort Dix POC and included in the contractor’s proposal. Special consideration should be given to other contractors that may be concurrently performing work in the indicated buildings. This will be a firm-fixed type contract. R FQ INSTRUCTIONS. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. FAR 52.212-2 Evaluation-Commercial Items also applies. The fill-in information at FAR 52.212-2(a) is as follows: Evaluation Criteria: Fac tor 1, Technical Capability; Factor 2, Past Performance; and Factor 3, Price. Factors 1, and 2, are equal in importance and Factor 3 is significantly less important than Factors 1 and 2. The non-price factors when combined are significantly more important than price. PROPOSAL SUBMISSION INSTRUCTIONS. Provide two (2) copies of proposal in writing ensuring the following items are completed: (i) business size; (ii) DUNS number, (iii) complete pricing of contract line item; (iv) all blocks in FAR Clause 52.212- 2 and 52.212-3. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items applies to this acquisition. In conjunction with FAR 52.212-5, the following FAR clauses apply to this acquisition: 52.203- 6, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-1, Buy American Act Supplies; 52.225-13, Restrictions on Certa in Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration’. Additionally, the following FAR/DFARS clauses apply: DFARS 252.227-7001, Buy American Act and Balance of Payment Program, DFARS 252.225-7012, Prefe rence for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payment Program (ALT I) 252.243-7002, Certification of Requests For Equitable Adjustment. To be considered el igible for award, the successful contractor must be registered with the DOD Central Contractor Registration (www.ccr2000) and provide a DUNS number which may be obtained through information at the following Internet site: //www.dnb.com/, or by calling 800- 234-3867. Contract Line Items: Schedule B – Relocation of Boilers in Buildings 5601 & 5986. 0001 Removal, Relocation and Installation of two (2) Weil McLain boilers and one (1) Domestic Hot water coil in buildings 5601 and 5986. This proposed acquisit ion is 100% set-aside for Small Business Concerns. The Statement of Work is accessible on the web at www.hnd.usace.army.mil then Doing Business with HNC/Directorate of Contracting/Business Opportunities/Electronic Bid Solicitations/W912DY-04-T-0009. The ma iling address is US Army Corps of Engineers, 4820 University Drive, Huntsville, AL 35816-0001. Any proposal must be submitted, in duplicate, not later than Thursday, 19 February at 2:00 P.M. (Central Standard Time). POC for this action is Rebecca Vaughn, C ontract Specialist (Rebecca.M.Vaughn@hnd01.usace.army.mil) or Earl W. Johnson, Contracting Officer, (Earl.W.Johnson@hnd01.uscace.army.mil).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA87/W912DY-04-T-0009/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00523828-F 20040219/040217223444 (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.