Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

44 -- Boiler Tube Replacement

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
221330 — Steam and Air-Conditioning Supply
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Jesup, 2600 Highway 301 South, Jesup, GA, 31599, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ30703-0039-7
 
Response Due
9/18/2007
 
Archive Date
10/2/2008
 
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 Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be not issued. This solicitation is issued as Request for Quotation RFQ30703-0039-7. The North American Industrial Classification Code (NAICS) is 221330, with a size standard of $13 million. This acquisition is a 100% Small Business Set Aside. The magnitude of this construction is between $25,000 and $100,000. Payment and Performance Bonds will be required. The Government intends to make a single award of a firm fixed price to the responsive/responsible contractor who submits the lowest price, 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. BOILER TUBE REPLACEMENT General Information - The Federal Bureau of Prisons, Federal Correctional Institution, Jesup, Georgia, intends to award a firm fixed price contract for the removal and replacement of 96 boiler tubes in three 250 hp Superior Boilers located in the Powerhouse of the Federal Correctional Institution (FCI) Jesup, Georgia. Schedule - The work site will be available seven days per week, twenty-four hours a day. Department of Labor Wage Rate Determination No. 2005-2141, Revision 5 is applicable. Employees working in excess of 40 hours per week shall be paid overtime in accordance to the stated DOL Wage Rate Determination. Scope of Work - Contractor shall provide all labor and materials needed to remove and replace 96 boiler tubes in the three 250 hp Superior Boilers located in the powerhouse at the Federal Correctional Institution, Jesup, Georgia. This work will include pressure testing all tube sheets before installing new tubes, and making repairs as needed. Contractor shall provide all R stamp documentation and inspections as required by ASME & NBIC. Tubes are to be rolled and beaded on the front, and rolled and seal welded on the back. Contractor shall supply all gaskets to close boilers. Contractor shall start up all boilers to include tune up and calibration. Contractor shall set combustion on all burners. Contractor shall repair all cracks, and remove and replace any defective refractory material. Contractor shall supply a completed documented report to the owner for all of the asociated systems included above to include any warranties. FCI Jesup Responsibilities - Open and close boilers, assist with any hydro testing, remove and replace louver behind #3 boiler; and provide dumpster for debris. Minimum Qualification Requirements - Contractor shall be a certified ASME boiler service provider. Evidence of qualification must be included with quote for consideration. Period of Performance - Work shall commence within thirty (30) days from the date of the Notice to Proceed. The performance period for this contract is sixty (60) calendar days. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: http://www.arnet.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. This solicitation document incorporates the following clauses and provisions which are in effect through Federal Acquisition Circular 2005-18. 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract. 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and General Liability written on the comprehensive form of policy of at least $500,000 per occurrence for bodily injury. 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: Contracting Officer's Technical Representative (JAR 2852.201-70)(JAN 1985)(a) Ben Grace, Outside General Foreman. Unsafe Conditions Due to the Presence of Hazardous Material (JAR 2852.223-70)(JUNE 1996) Notice of Contractor Personnel Security Requirements (OCT 2005) Security of Personal Data (DEC 2006) Department of Justice (DOJ) Residency Requirement - BOP Clause (JUN 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2007)- (b)5, 7, 18, 19, 20, 21, 22, 28, 31, 32, 33. The Department of Justice Contractor Residency Requirement, Bureau of Prisons Clause (JUNE 2004), in full text as follows: For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1) legally resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www. opm.gov/employ/html/citizen.htm. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. (END OF CLAUSE) SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of the FAR provisions may be accessed electronically at www.acquisition.gov. 52.212-1 Instructions to Offerors - Commercial Items (SEP 2006) tailored to delete paragraphs c,d,h,and i as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2006) Faith-Based and Community-Based Organizations (AUG 2005) can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual items within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. SUBMISSION OF QUOTATIONS: On letterhead or business stationery, the following information is required: (1) Contractor's DUNS Number (2) Price Quote (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (NOV 2006) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov. (4) Documentation of Qualification: ASME certified boiler service provider. (5) Point of Contact Information for professional references: The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (active or complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require your authorization for release of information (specifically your financial reference) - provide an authorizing statement with your quote submittal. Quotes must be received at the Federal Bureau of Prisons, Federal Correctional Institution, 2600 Highway 301 South, Jesup, Georgia, 31599 no later than 2:00 p.m. EST on Tuesday, September 18, 2007. Written quotes will be accepted by mail, hand-carried delivery, fax or email. Mailed or Hand-carried Quotes must be delivered to the attention of Susan Lewis, Supervisory Contract Specialist at the address shown. The official point of hand-carried quotes will be at the Front Lobby of the address listed bove. Please give 24 hours of advanced notice to the Contracting Officer prior to hand-carrying quotes. Faxed Quotes must be faxed to 912-427-1126, Attn: Susan Lewis, SCS. Quotes should be clearly marked with the solicitation number and include all required information. Emailed Quotes must be sent in .pdf format only to smlewis@bop.gov. Include the following in your subject line: Quote submitted in response to RFQ 30703-0039-7. Quotes must include all required information. Any questions regarding this requirement may be directed in writing to Susan Lewis, SCS at the email listed below.
 
Place of Performance
Address: Federal Correctional Institution, 2600 Highway 301 South, Jesup, Georgia
Zip Code: 31599
Country: UNITED STATES
 
Record
SN01392032-W 20070902/070831220716 (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.