SOLICITATION NOTICE
H -- Testing of Backflow Prevention Devices
- Notice Date
- 8/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S2-07-T-0083
- Response Due
- 9/4/2007
- Archive Date
- 11/3/2007
- 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. Solicitation W911S2-06-T-0083 is issued as a Request for Quote. The Standard Industrial Code is 238220, the North American Industry Classification System is 238220, and the business size s tandard is $13.0 million. This procurement is set-aside for small business. The Request for Quote will be evaluated on price, quality, and responsible offer/quote. CLIN 0001 Provide all labor, material and equipment to test 320 backflow prevention devices in accordance with New York State Department of Health Sanitary Code for Public Drinking Water Systems, and the Uniform Plumbing Code at various buildings througho ut Fort Drum. Period of performance is 1 year. Testing personnel must be NYS certified. Only local sources within 50 miles of Fort Drum will be considered for this requirement. CLIN 0002 Contractor must report manhours in accordance with htpps://contractormanpower.army.pentagon.mil. Reporting must be done prior to invoicing. Reporting verification is required. This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-19, effective 17 Aug 2007. Interested parties can view and download all of the referenced provisions and cl auses at the following Internet address: http://farsite.hill.af.mil/. The following FAR provisions and/or clauses apply to this RFQ: 52.252-1 Solicitation Provisions Incorporated By Reference, Clauses Incorporated By Reference, 52.204-7 - Central Contract or Registration (CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov.), 52.204-8 - Annual Representations and Certifications, (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), 52.212-1 - Instructions to Offerors - Commercial, 52.21 2-2 - Evaluation-Commercial Items, (the following factors shall be used to evaluate offers: 1. Past Performance, (Ability of Contractor to Perform), 2. Price), 52.212-4 - Contract Terms and conditions - Commercial Items, 252.232-7010 Levies on Contract Pa yments, 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses, cited within clause 52.212-5, are applicable to this acquisition: 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, and 52.232.33. The fill in data for FAR Clause 52.222-42 - Statement of Equivalent Rates for Federal Hires, is as follows: This statement is for information only and is not a wage determin ation. Federal Equivalent Rate is WG 7 corresponding monetary wage/fringe benefits is $16.97 per hour. This RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20070802 edition. Interested parties can view and download all of the referenced provisions and clauses at the followin g Internet address: http://farsite.hill.af.mil/. The following DFARS provisions and/or clauses apply to this RFQ: 252.204-7004 Alternate A., 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items . The following DFARS clauses, cited within 252.212-7001, are applicable to this acquisition: 252.225-7001, and 252.232-7003. DEPARTMENT OF LABOR WAGE DECISION. The Service Contract Act of 1965 will apply to this service, the U.S. Department of Labor Wage Determin ation number 2005-2377, Revision No. 3, dated 07/24/2007, for New York State, Jefferson County, will apply to this service. Past Performance Information. In accordance with paragraph (b)(10) of the basic clause (52.212-1 Instructions to Offerors--Commercial Items) provide past performance information to include; recent and relevant contracts within the past three years for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Note: Completion of the CCR and ORCA data entry are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make the offeror ineligible for award. Offerors are also req uired to fill out and return FAR Provision 52.204-8 with the offer. All offers are due to Directorate of Contracting, Attn: Diane Covell, BLDG T-45 West Street, Fort Drum, New York 13602 No Later Than September 4, 2007 at 9am. The quote must include the RFQ number on each page of the quote. Quotes may be submitted via fax at 315-772-8277 or email diane.covell@us.army.mil.
- Place of Performance
- Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
- Zip Code: 13602-5220
- Country: US
- Zip Code: 13602-5220
- Record
- SN01385793-W 20070828/070826220329 (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 |