Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

J -- REPAIR/REBUILD THE ELECTRIC MOTORS FOR COOLING TOWER #7 AND CONDESER PUMP #4

Notice Date
3/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB193000-9-03107
 
Archive Date
3/27/2009
 
Point of Contact
Jasmine Runkles, Phone: (301) 975-8259
 
E-Mail Address
jasmine.runkles@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: THE FOLLOWING CHANGES WERE MADE- 1. REMOVES SMALL BUSINESS SET-ASIDE RESTRICTION; 2. EXTENDS PERIOD OF PERFORMANCE FROM 4 WEEKS TO 6 WEEKS AFTER AWARD; 3. REMOVES FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING; AND 4. THE DUE DATE FOR QUOTES HAS BEEN REVISED TO BE DUE 12:00PM (NOON) ON THURSDAY, MARCH 19, 2009. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS/SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.0M (Average Annual Receipts). This requirement is full and open. There are no set-aside restrictions. *** The National Institute of Standards and Technology (NIST) is seeking to repair/rebuild Cooling Tower #7’s electric motor and electric motor Condenser Pump #4. *** **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Job – The Contractor shall supply all material, supervision, equipment, and labor to repair/re-wind 150 HP Electric Motor, Cooling Tower #7, located in Building 302 on the NIST Gaithersburg, MD campus. This job shall be performed in accordance with Attachment Number One (1), entitled “Motor Repair Specifications for Tower #7 Fan Driver Motor”, dated 2/4/09, number of pages 2 : $__________________ Line Item 0002: Quantity One (1) Job - The Contractor shall supply all material, supervision, equipment, and labor to replace bearings and repair US Electric Motors, 450HP Electric Motor – Condenser Pump #4, located in Building 302 on the NIST Gaithersburg, MD campus. This job shall be performed in accordance with Attachment Number Two (2), entitled “Motor Repair Specifications for Condenser Pump Motor #4”, dated 2/4/09, number of pages 12: $__________________ Firm-Fixed-Price Total (0001+0002): $_______________ *** The Government intends on awarding a firm-fixed-price purchase order as a result of the RFQ.*** *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Vendors-Commercial Items; 52.212-3 Vendors Representations and Certifications- Commercial Items. *** ***The following Federal Acquisition Regulation clauses apply to this acquisition: 52.252-2 Clauses Incorporated by Reference; 52.204-9 Personal Identity Verification of Contractor Personnel; 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 including subparagraphs: (5) 52.219-6, Notice of Total Small Business Set-Aside; (15) 52.219-28, Post Award Small Business Program Representation; (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.222-50, Combating Trafficking in Persons; (29) 52.225-3, Buy American Act -- Free Trade Agreement – Israeli Trade Act (AUG 2007); (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.236-13 – Alternate I, Accident Prevention; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; The following Commerce Acquisition Regulations apply to this acquisition (the CAR clauses can be accessed at: http://oam.ocs.doc.gov/docs/PM%202000-03%20Local%20Clauses%20Updated%20Apr2007.pdf ): 1352.201-70 Contracting Officer’s Authority; 1352.201-71 Contracting Officer’s Technical Representative; 1352.208-70 Printing; 1352.209-71 Organizational Conflict of Interest; 1352.209-73 Compliance with the Laws; 1352.214-70, Pre-Bid / Pre-Proposal Conference [and site visit, if appropriate] (March 2000) 1352.228-70 Insurance Coverage; 1352.228-72 Deductibles Under Required Insurance Coverage; 1352.233-70 Harmless from Liability; 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working a Department of Commerce Site (Low Risk Contracts); 1352.252-70 Regulatory Notice; NIST Local_04 Billing Instructions U.S. Department of Labor Wage Determination No. 05-2103, Revision Number 6, dated 5/29/08, for the area: District of Columbia, Maryland, Virginia as identified in Attachment Number (3), number of pages 12. NO SITE VISIT. SPECIFIC INSTRUCTIONS – QUOTATION FORMAT *** All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items and includes a signed certification statement by offeror as follows, “Our Company, [insert name], certifies we shall comply with clause FAR 52.219-14, Limitations on Subcontracting.”; 2) An original and one (1) copy of the technical approach, this corresponds to Evaluation Factor No. 1. Specifically, the approach should address the following: a. Schedule. The Offeror shall describe and provide a schedule as to how its technical approach and shop equipment will ensure the required services are provided in accordance with the 6 week period of performance as defined in the Statement of Work. 3) An original and one (1) copy of Past Experience with Similar Projects, this corresponds to Evaluation Factor No. 2. The offeror shall have successfully completed three (3) projects rebuilding a similar size motor with a similar function, within the past three (3) years. The offeror shall include the following: a. Project name and location; b. Project scope and relevance to the solicitation; c. Contract value (at award and completion); d. Contract duration; e. Amount and extend of subcontracting; f. Name of Firm’s project manager and field superintendent for project; and g. Names, addresses, and current telephone numbers for project owner and/or owner’s construction manager. These summaries shall be limited to one (1) page per project. 4) An original and one (1) copy of Past Performance with Similar Projects, this corresponds to Evaluation Factor No. 3. Information for this factor will be obtained from points of contact provided under the past experience with similar projects portion of the quotation. The Government may use other information that is readily available to determine an offeror’s past performance. 6) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Vendors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 7) The successful contractor will be required to comply with the criteria and standards as outlined in the Attachment Number Four (4), dated 12/16/2008, entitled “ Guidelines for Contractors and A&E Firms Performing Site Investigations and Field Work (including Construction) at the National Institute of Standards and Technology, Gaithersburg, Maryland”, number of pages: 11, as applicable to the performance of Work under the terms of the contract specifications. 8) Within five (5) days of the award, the Owner will schedule a pre-work meeting with the contractor to meet with key staff and review the site specific criteria of these guidelines and establish the work start date *** Award will be made to the lowest price, technically acceptable offeror. It should be noted that the Government may award on the offeror’s initial quotation, however, if required, discussions/negotiations may take place. *** Award shall be made to the offeror whose quote is determined to be technically acceptable and whose quote is the lowest price. The Government will evaluate information based on the following evaluation criteria: 1) Technical Approach; 2) Past Experience with Similar Projects; 3) Past Performance with Similar Projects; and 4) Price. EVALUATION FACTORS: Evaluation Factor No. 1 – Technical Approach The vendor shall describe in detail how they intend to satisfy the requirements articulated in the Statement of Work. Specifically, the approach should address the schedule and the type of equipment to be used in the Contractor’s Shop. The offeror shall describe and provide a schedule as to how its technical approach will ensure the required services are provided in accordance with the 6 week period of performance as defined in the Statement of Work, in order to be considered acceptable. Evaluation Factor No. 2 – Past Experience with Similar Projects The offeror shall have successfully completed three (3) projects rebuilding similar size motors with similar functions, within the past three (3) years to be considered acceptable. Evaluation Factor No. 3 – Past Performance with Similar Projects This will be evaluated by analyzing the responses of the offeror’s current and previous customers, both those identified in the proposal submission and other sources the Contracting Officer may identify. Overall quality of performance, project schedule, adherence to contract requirements, and customer satisfaction will be evaluated. The currency and relevance of the information, source of the information, context of the data, and general trends in offeror’s performance shall be considered. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. NOTE: Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Approach and Experience evaluation factors. ***Department of Commerce Agency-Level Protest Procedures Level above the contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***Upon receipt of award the Contractor shall supply the appropriate certifications and license for the crane and crane operator/s. ***This is a Full and Open Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation.*** ***All quotes shall be received not later than 12:00 PM Eastern Standard Time, on March 12, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jasmine Runkles. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Jasmine Runkles, at email: jasmine.runkles@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8259. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes ARE acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b765b59652893d29a5fcbfb1e3843d93&tab=core&_cview=1)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01764044-W 20090308/090306221945-b765b59652893d29a5fcbfb1e3843d93 (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.