Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

99 -- Repair & Testing Services for Lightning Protection System

Notice Date
12/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-09NA29127
 
Response Due
12/31/2008
 
Archive Date
6/30/2009
 
Point of Contact
Eusebio M Espinosa, Contracting Officer, 505-845-5809,eespinosa@doeal.gov;Lisa Buffkins, Contract Specialist, 505-845-5966,<br />
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis / Solicitation Lightning Protection SystemRepair & Testing The National Nuclear Security Administration (NNSA), Office of Secure Transportation (OST), is issuing 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; a quote is being requested and a written solicitation will not be issued. The synopsis/solicitation is set aside for small business under NAICS code 238210, Electrical Contractors and Other Wiring Installation Contractors, and a size standard of $14.0 million. The Government intends to award one Time and Materials Contract for the seven tasks identified below. Solicitation Number DE-RQ52-09NA29127 is issued as a Request for Quote (RFQ) for contractors labor rates. This solicitaiton document and incorporated provisions and clauses are those in effect through Federal Acqusisiton Circular 2005-25 effective 12 June 2008. Work will be performed at Kirtland Air Force Base, Albuquerque, New Mexico (Manzano Mountain Property Protection Area and near the Western Command Tactical Area in Coyote Canyon). The contractor will be escorted to and at the worksite by appropriately authorized personnel, or must possess the appropriate badges for access to the site. The Contractor must be able to furnish all personnel, labor, supervision, tools, materials, equipment, transportation, packaging, disposal, and incidental related work necessary to provide the repair and testing of the Lightning Protection System and the compilation and submission of all documentation required below. The contractor must be qualified to plan project activities, including the development, implementation, and repair of project schedules, events, status of resources, report(s) on the activities and progress toward accomplishing project objectives. Contractor must be qualified to perform all tasks described in below in their entirety. Task #1: Inspect, repair as necessary, and provide certification for the Lightning Protection System (LPS) to meet Air Force Instruction (AFI) 32-1065 requirements at ten different facilities. Contractor shall also be trained in National Fire Protection Association (NFPA) 70 and have the training equal to the US Army AMMO 47 school. Perform all visual/testing measurements (including the one ohm or less continuity check between the doors and frames IAW AFI 32-1065, paragraph A3.6.2). Record and provide all visual/testing measurements to include a test point sketch of the above facilities similar to the example given in AFI 32-1065, Figure 1. Provide design drawings with specifications of all materials used and installed for submission with the explosives site plan requests for above facilities. Provide copies at project close out. Task # 2: Cut off the air terminals at four facilities that are attached to the metal security cover mounted over the rear ventilators as close as possible to the top of the cover as ventilators will be saved for future use. Task # 3: Install one air terminal that is missing at one facility. Air terminal has to be installed at the same height as the existing air terminals at other facilities. Task # 4: Add mid-level supports to all air terminals at five facilities to comply with NFPA 780, paragraph 4.6.3.2. Task # 5: Provide 100 striking arc drawing for one facility. Task # 6: Repair the corrosion on a ground rod connection and bury the exposed grounding cable on top of the dirt mound at least 12 deep at one facility. Task # 7: Tighten loose cable holders and bonding plates or install new cable holders at three different facilities. In accordance with the FAR 13.106-1(2)(a) offerors are notified that award will be made on the basis of Technical capability, price and other factors. Offeror will be evaluated in accordance with FAR 13.106-2. Award will be made relative to best overall value. Best value may include, but is not limited to: technical capability and price. Offers must meet all minimum specifications, but offers which exceed minimums may be rated more favorably. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that performance capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. Solicitation responses must contain offerors prompt payment discount terms (if any), proposed service date, and warranty terms. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. A completed copy of this clause must accompany your solicitation response unless a current copy resides online at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.203-3, 52.219-6; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-25; 52.222-26; 52.222-36; 52.232-33; 52.247-64; and addendum 52.225-3 Alt I; 52.225-4 Alt I; and 52.247-34. FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/]; FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/]; Addendum in Full Text 52.222-22 Previous Contracts and Compliance Reports The offeror represents that (a) It ( ) has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It ( ) has, ( ) has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. LOCAL I001 Important Invoicing Information (JUL 2007) - Invoicing Instructions - 1. The following instructions are provided for submission of vouchers requesting reimbursement. The submission of vouchers electronically will reduce correspondence and other causes for delay to a minimum and will facilitate prompt payment to the Contractor. a. Vendors shall submit vouchers electronically through the Oak Ridge Financial Service Center's (ORFSC) Vendor Inquiry Payment Electronic Reporting System (VIPERS). VIPERS allows vendors to check the payment status of any voucher submitted to the DOE. To obtain access to and use VIPERS, please visit the web page at <http://finweb.oro.doe.gov/vipers.htm>. Detailed instructions on how to enroll and use the system are provided on the web page. b. Each invoice shall include the following: I. Name and address of the Contractor; II. Invoice date and number; III. Contract number, contract line item number and, if applicable, the order number; IV. Description, quantity, unit of measure, unit price and extended price of the items delivered; V. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; VI. Terms of any discount from prompt payment offered; VII. Name and address of official to whom payment is to be sent; VIII. Name, title, and phone number of person to notify in event of defective invoice; IX. Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. X. Electronic funds transfer (EFT) banking information. c. The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. d. If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. e. EFT banking information is not required if the Government waived the requirement to pay by EFT. 2. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. LOCAL L009 Offer Submission Via The Industry Interactive Procurement System (IIPS) (FEB 2005) - Submission of bids/quotes by means other than IIPS is not authorized. Offers must be received through the IIPS web site NO LATER THAN 3:00 pm MST on December 31, 2008. See FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids," for treatment of late bids/quotes. Each offer is to be submitted according to the instructions in the IIPS User's Guide, which is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenForm. It is the responsibility of the Offeror, prior to the offer due date and time, to verify successful transmission in accordance with the Proposal Response (Submission) instructions in the IIPS User's Guide. Funds are currently available for this contract. Quotes must be valid for 45 calendar days after solicitation closing. Questions, technical literature, warranty information, and other documents which can not be submitted via IIPS may be addressed to Lisa Marie Buffkins, Contract Specialist, via email at LBUFFKINS@doeal.gov or by phone at (505) 845-5966. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3145910b2d1e1f7b0f38ff95f3ef9916&tab=core&_cview=1)
 
Record
SN01718648-W 20081217/081215214726-3145910b2d1e1f7b0f38ff95f3ef9916 (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.