Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOLICITATION NOTICE

61 -- RECOVERY PROJECT: 080211 --Install Grid Tied Photovoltaic Energy System (PVES), FMS #3, Grand Junction, CO - PV RFP 080709, PV SOW 080709, Attachment A Site Plan

Notice Date
8/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-09-R-0008
 
Archive Date
9/23/2009
 
Point of Contact
Mark Schoenrock, Phone: 720-847-8674
 
E-Mail Address
mark.schoenrock@us.army.mil
(mark.schoenrock@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Plan Scope of Work RFP Recovery Act 56 – Install Photovoltaic on FMS 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 separate written solicitation will not be issued. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition and the contract clauses listed below applies to this solicitation and subsequently awarded contract. The Defense Priorities and Allocations System (DPAS) applies to this contract and has been assigned DO rating of C-2. The USPFO for Colorado requires the services of a Design-Builder/PV System Manufacturer and/or Installer to design and construct a Utility Grid Tied Photovoltaic Energy System to be located at Field Maintenance Shop #3, Grand Junction, CO. The PVE System must be ground mounted and grid connected, with no energy storage devices (i.e. no batteries) in a net-meter configuration. The proposed project site is located within the Colorado Department of Human Services (DHS) West Slope Regional Campus, and has direct electrical service from Xcel. This project will be funded by the American Recovery and Reinvestment Act (ARRA), and is subject to all ARRA rules and reporting requirements. This is a 100% Small Business Set-Aside. SPECIFICATIONS: The attached Project Performance Objectives and Technical proposal submission requirements and best value evaluation factors are attached. The resulting contract will be firm-fixed price. NAICS code 334413, size standard 500 employees, and is a 100% set aside for small business. Prior to contract award, the successful offeror bidder must be registered in the Central Contractor Registration (CCR) and must also complete the Online Representations and Certifications (ORCA). Websites to accomplish these registrations are: www.ccr.gov and www.bpn.gov. ARRA REPORTING REQUIREMENT: Under the American Recovery and Reinvestment Act of 2009 (ARRA), please note that there are some unique reporting requirements relevant to the use of ARRA funds, as specified in the clause, which is included in this announcement. Offerors should pay special attention to items (b), (c), and (d) of the clause, which explain the reporting requirements. CONTRACT CLAUSES: FAR CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Clauses in full text may be downloaded at http://farsite.hill.af.mil/ -- 52.202-1 Definitions -- 52.203-2 Certificate of Independent Price Determination -- 52.203-3 Gratuities -- 52.203-6 Restrictions on Subcontractor Sales to the Government -- 52.203-7 Anti-Kickback Procedures -- 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 -- 52.204-6 Data Universal Numbering System (DUNS) Number -- 52.204-7 Central Contractor Registration -- 52.204-8 Annual Representations and Certifications -- 52.204-11 American Recovery and Reinvestment Act Reporting Requirements -- 52.207-4 Economic Purchase Quantity Supplies -- 52.211-5 Material Requirements -- 52.211-9 Desired and Required Time of Delivery -- 52.212-1 Instructions to Offerors -- 52.212-3 Offeror Representations and Certification -- 52.212-4 Contract Terms and Conditions Commercial Items -- 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items -- 52.213-3 Notice to Supplier -- 52.214-4 False Statements in Bids -- 52.214-5 Submission of Bids -- 52.214-26 Audit and Records Sealed Bidding -- 52.215-2 Alt I, Audit and Records Negotiation -- 52.216-24 Limitation of Government Liability -- 52.219-1 Small Business Program Representations -- 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns -- 52.219-6 Notice of Total Small Business Set-Aside -- 52.219-8 Utilization of Small Business Concerns -- 52.222-3 Convict Labor -- 52.222-21 Prohibition of Segregated Facilities -- 52.222-26 Equal Opportunity -- 52.222-35 Equal Opportunity for Veterans -- 52.222-36 Affirmative Action for Workers with Disabilities -- 52.222-37 Employment Reports on Veterans -- 52.223-6 Drug-Free Workplace -- 52.223-13 Certification of Toxic Chemical Release Reporting -- 52.223-14 Toxic Chemical Release Reporting -- 52.225-1 Buy American Act Supplies -- 52.225-2 Buy American Act Certificate -- 52.225-13 Restrictions on Certain Foreign Purchases -- 52.225-18 Place of Manufacture -- 52.232-18 Availability of Funds -- 52.232-33 Payment by EFT, CCR Registration -- 52.233-2 Service of Protest -- 52.233-3 Protest after Award -- 52.237-2 Protection of Government Buildings, Equipment and Vegetation -- 52.243-1 Changes Fixed-Price -- 52.244-6 Subcontracts for Commercial Items -- 52.247-34 F.o.b. Destination -- 52.249-8 Default (Fixed-Price Supply and Service) -- 52.252-1 Solicitation Provisions Incorporated by Reference -- 52.252-2 Clauses Incorporated by Reference -- 52.222-1 Notice to the Government of Labor Disputes -- 52.222-2 Payment for Overtime Premiums -- 52.222-3 Convict Labor -- 52.222-4 Contract Work Hours and Safety Standards Act -- Overtime Compensation -- 52.222-5 Davis-Bacon Act—Secondary Site of the Work. -- 52.222-6 Davis-Bacon Act. -- 52.222-7 Withholding of Funds. -- 52.222-8 Payrolls and Basic Records. DFARS CLAUSES: The following Defense FAR Supplement (DFARS) provisions & clauses apply to this solicitation & are incorporated by reference: 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. ARRA CLAUSES: FAR 52.225-22 Notice of Required Use of American Iron, Steel, and Other Manufactured Goods--Buy American Act--Construction Materials. FAR 52.203-15 – Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. FAR 52.204-11 – American Recovery and Reinvestment Act—Reporting Requirements. FAR 52.215-2 -- Audit and Records – Negotiation. FAR 52.225-21 Required Use of American Iron, Steel, and Other Manufactured Goods--Buy American Act--Construction Materials. Responses to this synopsis solicitation are due by 2:00 pm MST on September 8, 2009 at the USPFO for Colorado, 660 South Aspen Street, Aurora, Colorado 80011-9551. Proposals must be submitted in person, via delivery service, or via U.S. Mail. Faxed or emailed quotes will NOT be accepted or considered. QUESTIONS: Please direct any technical questions about specifications for this requirement, or about this PV project to Brett.D.Jackson@us.army.mil. Please direct any contractual questions about proposal procedures or contract paperwork to Mark.Schoenrock@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-09-R-0008/listing.html)
 
Place of Performance
Address: Field Maintenance Shop #3 COARNG, 2810 D Road (AKA "Riverside Parkway), Grand Junction, Colorado, 81501, United States
Zip Code: 81501
 
Record
SN01903272-W 20090809/090807235856-ea28f850d2cbdeae0ede7f021eabada1 (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.