Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

59 -- SUBSTATION REPAIRS / UPGRADE BREAKER OPERATORS - FEDERAL CORRECTIONAL INSTITUTION, FAIRTON, NEW JERSEY

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361, UNITED STATES
 
ZIP Code
08361
 
Solicitation Number
RFQ-20403-0022-07
 
Response Due
7/20/2007
 
Point of Contact
Keith Neill, Contract Specialist, Phone 856-453-1177, Fax 856-453-4194, - Stephanie Davison, Supervisory Contract Specialist, Phone (856)453-4027, Fax (856)453-4194,
 
E-Mail Address
kneill@bop.gov, sdavison@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as Request for Quotation #RFQ-20403-0022-07. The North American Industrial Classification System Code (NAICS) is 238210. The small business size standard is $13 million. This acquisition is a 100% Small Business Set Aside. The Government intends to make a single award to the responsive/responsible quoter who submits the lowest-priced technically acceptable offer. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. GENERAL INFORMATION / SITE VISIT: Due to security concerns, there will be only ONE (1) site visit for this project. The site visit is scheduled for Friday, July 13, 2007 at 12:00PM (eastern). Vendors are advised to meet in the front lobby of FCI Fairton by 11:45AM on that date with photo identification. Interested vendors MUST contact Mike Bond, Facilities Manager, at 856-453-4065 to express their interest to attend the site visit. Vendors will be required to submit an NCIC (National Crime Information Center) form, (available by request) by 12:00PM on Wednesday, July 11, 2007. Forms should be faxed to 856-453-4485 attention Mike Bond. Winning vendor must be registered in the Central Contractor Registry. Please see www.ccr.gov for further information. Payment will be made by electronic transfer. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (FBOP), Federal Correctional Institution (FCI), Contracting Office, located at 655 Fairton-Millville Road, Fairton, New Jersey, 08320 is requesting quotations for repairs and upgrades to the breaker operators for the electrical substations located in the Federal Correctional Institution, Fairton, New Jersey. All work will be performed at the FCI located at 655 Fairton-Millville Road, Fairton, New Jersey 08320. STATEMENT OF WORK AND SPECIFICATIONS: INTRODUCTION The intent of this Statement of Work is to request repairs on various substations, the upgrade of breaker operators to provide certain load shed capabilities and the rebuilding of a emergency generator breaker. The contractor will be responsible for furnishing all equipment, materials, technical expertise, labor, transportation, tools and any other supplies required to meet requirements of this Statement of Work. If there is any damage to the property due to negligence, the Contractor shall take sole responsibility for all repairs. Any spillage or leakage clean up costs will be the responsibility of the Contractor. The Federal Correctional Institution reserves the right to request proof of proper disposal of any and all hazardous waste generated during this work. PROJECT LOCATION All work will be performed at the Federal Correctional Institution, Fairton, located at 655 Fairton-Millville Road, Fairton, New Jersey 08320. SUMMARY Buildings and Facilities project 2HA was established to perform maintenance on all electrical substations at FCI Fairton. This work was awarded to the Reuter-Hanney company. Based on this companies findings, we would like to have all discrepancies repaired. Also during this project the emergency generators paralleling equipment was upgraded by Cummins power systems. Based on Cummins recommendation, due to the amount of electricity load that the generators can generate and what buildings we want to supply on emergency power to, that at a minium, have the substations that supply our 2 largest users of emergency power must be able to be operated remotely from the powerhouse emergency generator room in case one of the generators fails while operation. QUALITY ASSURANCE The work shall be performed by a contractor who regularly engages in the business of maintenance and repair of electrical substations as required in this statement of work. SCOPE During the repairs, all work must be coordinated to run concurrently with each individual substation shutdown. Repair or replace defective over current relay on Main Switch board ?M?. Set relay to existing settings and test to ensure proper operation. Replace all existing fiberglass standoff insulators with new porcelain insulators in substations: SSN-HAB SSN-HCD SSN-F Replace the 15 KV jumper cables between the fuse compartments in substations: SSN-HAB SSN-HCD SSN-F Repair or replace the operating mechanism on the 15 KV disconnect in substation: SSN-HCD Install breaker operator control mechanism between the powerhouse generator room control panel and the following substations: SSN-F SSN-D Rebuild the Westinghouse SPB65 emergency generator breaker that was recently replaced with and is located in the powerhouse generator room. TERMS All personnel will be required to pass background checks before entering the institution. Normal work hours shall be 7:30 to 2:30 p.m. All work will be accomplished during normal hours, unless prior arrangements are made in writing between the institution and the contractor. No work shall be performed on Saturday and Sunday and all Federal Holiday?s unless agreed upon in writing. MSDS sheets will be required for chemicals that are used on site. Contractor is responsible for all debris and trash. He may have a dumpster on site if necessary. Rest rooms will be available for use. Electrical power if needed is available from existing buildings. A staging area for material and supplies will be designated by Facilities. All scheduled power shut downs must be made 3 working days in advance. The performance period for this contract is sixty (60) calendar days. SUBMITTALS Submittals shall be made in accordance with these specifications and prior to the ordering of any materials. Submit two copies to FCI Fairton. FCI Fairton will then forward these to the Northeast Regional Office for approval. COMPLETION Upon completion of the work, remove excess debris, materials, equipment, apparatus, tools and the like and leave premises clean, neat and orderly. EVALUATION FACTORS: The Government intends to make a single award, to the lowest technically acceptable offeror meeting the required specifications. CLAUSES AND PROVISIONS This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular 2005-17, and may be viewed or downloaded by accessing the website at: http://www.arnet.gov. Wage rates NJ070002 for the Davis Bacon Act may be found at http://www.wdol.gov/dba.aspx#3 52.252-2, Clauses Incorporated by Reference 52.212-1, Instructions to Offers - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-6, Davis Bacon Act 52.222-8, Payroll and Basic Records 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.236-3, Site Investigation and Conditions Affecting Work 52.236-27, Site Visit Construction 52.252-1, Solicitation Provisions Incorporated by Reference. 52.237-1 Payment by Electronic Funds Transfer-Central Contractor Registration 52.237-2, Site Visit JAR 2852.201-70, Protection of Government Buildings, Equipment, and Vegetation JAR 2852.223-70, Contracting Officers Technical Representative (COTR) Unsafe Conditions Due to the Presence of Hazardous Material Department Of Justice (DOJ) Contractor Residency Requirement - BOP Clause (June 2004) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer: 1) The Request for Quotation Number - (RFQ-20403-0022-07) 2) Schedule of Items 3) Price Quote to include any prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Questions regarding this combined Synopsis/Solicitation must be emailed to KNeill@bop.gov. Quotations are due no later than 2:00pm on Friday, July 20, 2007. Quotes must be faxed to (856) 453-4194, Attention: Keith Neill, Contract Specialist. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/BPR/20403/RFQ-20403-0022-07/listing.html)
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION 655 FAIRTON-MILLVILLE ROAD FAIRTON, NEW JERSEY 08320
Zip Code: 08320
Country: UNITED STATES
 
Record
SN01352699-F 20070727/070725225404 (fbodaily.com)
 
Source
FedBizOpps 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.