SOLICITATION NOTICE
Z -- RECOVERY: REPLACE EMERGY BATTERY BACK UP SYSTEM (UPS) IN 2 BUILDINGS
- Notice Date
- 8/7/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Acquisition Nashville 545 MARRIOTT DRIVE Nashville Tn 37214
- ZIP Code
- 37214
- Solicitation Number
- RA001509005
- Response Due
- 8/30/2009
- Archive Date
- 8/7/2010
- Point of Contact
- Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- RECOVERY- Construction Project 9YL03012, TAS# 14-2302 2009/2010: Replace Emergency Backup System (UPS) In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law. 111-5, The Bureau of Indian Education, Haskell Indian Nations University, in Lawrence Kansas 66046, posts this pre-solicitation notice with the intent of request for proposal to provide all the work described in this solicitation. This requirement is a 100% Small Business set aside. *************Special Recovery Clauses/Reporting Requirements********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Federal Contractors are not required to report on July 10, 2009. However, federal contractors who submit an invoice prior to June 30, 2009 for Recovery Act funded contract performance should maintain the data required by FAR 52.204-11. Cumulative reporting to www.federalreporting.gov will begin with the October 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. In addition to the above special reporting requirements and in order to track the progress of this project, the contractor shall be required to submit Progress Reports on this project as specified in the Invitation for Bid package. Contractor shall submit a progress report, in accordance with FAR PART 52.204-11, not later than the 10th day of each calendar month to the contracting officer. The initial progress report is due the first 10 days after the notice to proceed is issued by the BIA Contracting Officer and a cumulative report on the 10th day of each month after initial report. Failure on the part of the Contractor to provide, maintain, report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following a receipt of the notice to proceed AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for default. ******************Special Terms, Conditions, and Clauses********************** The following special clauses shall apply but is not limit to this requirement. No exceptions or waivers to these clauses shall be accepted. 52.203-15 Whistleblower Protections, American Recovery and Reinvestment Act of 2009 (the Recovery Act) Whistleblower Protections (Interim) FAR Case 2009-012 and in accordance with FAC 2005-32. Require contractors to post rights and remedies for whistleblower protections under Section 1553 of the American Recovery and Reinvestment Act. 52.504-07 Central Contractor Registration- Contractor shall be register at www.ccr.gov. Contractor shall be require that first tier sub-contractor begin planning projects, including obtaining a DUNS number (or updating the existing DUNS record), and registering with the Central Contractor Registration (CCR) no later than the first time ARRA data requirements are due. 52.204-11 Reporting, American Recovery and Reinvestment Act of 2009 (the Recovery Act) Reporting Requirements (Interim) FAR Case 2009-009 and in accordance with FAC 2005-32. requires contractors to report on their use of Recovery Act funds. 52.212-452.212-552.213-4 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009 (the Recovery Act) GAO Access to Contractor Employees (Interm) FAR Case 2009-026 and in accordance with FAC 2005-26. Allow the Government Accountability Office to interview current contractor employees when conducting audits. The rule will not apply to the acquisition of commercial items; therefore, FAR 12.503 will be amended to add the exemption of this rule. This change implements Section 871 of the Duncan Hunter National Defense Authorization Act for Fiscal Year 2009 (NDAA) (Pub. L. 110-417). FAR 52.222-06 Wage Rate Requirements All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this award shall be paid wages at rates not less than those prevailing (GENERAL DECISION: KS20080005 07/17/2009 KS5) Douglas County, Lawrence Kansas as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. 52.225-21 thru 24 - Use of American Iron, Steel, and Manufactured Goods Contractor may not use any funds awarded under this contract for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States unless DEPARTMENT waives the application of this provision. (ARRA Sec. 1605) Security - Contractors employees who are assigned to work on-site at any BIE Facility may be required to undergo background checks and be assigned temporary Visitor badges prior to being granted access to any BIE Facility. Schedule of Expenditures of Federal Contract Awards- Contractor agrees to separately identify the expenditures for each award funded under ARRA on a Schedule of Expenditures of Federal Awards form as provided by the contractor. This contractor's form shall include the Federal Contract award number, and amounts such that separate accountability and disclosure is provided for ARRA funds by Federal Contract award number consistent with the contractor's reports required by ARRA Section 1512(c) and FAR CLAUSE 52.204-11. Responsibilities for Informing Sub-Contractors- Contractor agrees to separately identify to each sub-contractor, and document at the time of sub-award and at the time of disbursement of funds, the Federal contract award number, and amount of ARRA funds. This will be a Lump Sum Firm Fixed Price award. Size Standard The NAICS for this project is 238210. The order of magnitude for the procurement is between $25K and 100K. Performance Period The government estimates that this project shall take approximately 90 calendar dates for final completion after notice to proceed. Insurance/Bonding Requirement Contractors shall be required to maintain and furnish at the request of the contracting officer a certificate of insurance to the government. Performance Bond and (Labor & Material) Payment Bond are required. Surety Company shall be with an A- rating company. Upon receipt of an award, the successful offeror shall deliver Performance Bond and Payment Bond within 10 business days. Extent of Work: Base Bid CLINS 0001: Replace Emergency Battery Back-Up System (UPS) in BUILDING 53, Powhatten Hall. Replace the existing Emergency Back-Up System (UPS) with a new Battery Back-Up System (UPS) in room 05 in the basement. The existing equipment shall be disposed of properly. The new system will operate the emergency and exit lighting, and other emergency circuits in the dormitory which is fed by panel EM. The new UPS shall have a remote indicator panel installed in office where current remote indicator panel is at (room 159). Cost Estimate is based on replacement/installation of a total of approximately:One (1) 10 KVA UPS unit with Battery CabinetOne (1) remote indicator panelOne (1) Fused Disconnect Safety SwitchFifty (50) feet EMT conduitWire, fittings, and hardware as needed. Base Bid CLINS 0002: Replace and Relocate the Emergency Back-Up System (UPS) with a new Emergency Back-Up System (UPS) in BUILDING 128, Blalock Hall. Replace and relocate the existing Emergency Back-Up System (UPS) in Bld. 128 with a new UPS. The new location of the UPS shall be in Room 126. The existing equipment shall be disposed of properly. The new system will operate the emergency and exit lighting, and other emergency circuits in the dormitory which is fed by panel ELP-M. Cost Estimate is based on replacement/installation of a total of approximately:One (1) 10 KVA UPS unit with Battery CabinetOne (1) Fused Disconnect Safety SwitchSixty (60) feet EMT conduitWire, fittings, and hardware as needed. Base Bid CLINS 0003: Training in operation and maintenance of new UPS's in Bld. 53 and 128. A. Training in the operations and maintenance of the new UPS's shall be done for Haskell Facilities Management personnel. B. All manuals shall be delivered to Haskell Facilities Personnel. Manuals shall be in both "paper" format and on digital media (CD). General Notes: All materials shall meet or exceed all applicable referenced standards, federal, state and local requirements, and conform to codes and ordinances of authorities having jurisdiction General Notes: A.The contractor shall furnish a proposal that includes all materials necessary to deliver and install an Emergency Back-Up System (UPS) according to manufacture's specifications as specified herein. The new UPS shall conform to the manufactured specifications and conform to the dimensions listed below or as otherwise approved by the government.B.The contractor shall determine if the proposed UPS rating is capable of handling the load to which it is connected and operate to meet the requirements of the Life Safety Code and other safety requirements. If it is necessary to increase the size of the UPS, contractor shall notify Contracting Officer (CO) and provide revised specifications to CO. Rating of new UPS shall not be less than 10KVA. Run-time of the new UPS shall be at least 90 minutes at full load.C.The contractor shall demo old UPS system, and dispose of all equipment including batteries according to local/state/federal regulations, not utilizing Haskell Indian Nations University trash dumpsters.D.All power requirements (voltages, amperes, KVA) for the new UPS shall be provided and verified by contractor. New UPS shall have permanent power to operate the UPS and have a lockable disconnect safety switch located according to the latest N.E.C. Any new conduits, wiring, switches, breakers, etc. shall be included in bid. E.All dimensions, panel boards, etc. shall be verified by contractor.F.Contractor shall work with Haskell personnel to coordinate outages of lighting and other systems affected to let dormitory residents know when the outages may happen. Outages shall be kept to a minimum if possible.G.Contractor or sub contractor shall have a lock-out tag-out program and submit a copy of it to the COTR before work starts. H.Product Data:1.Manufacturer/Producta.The UPS shall be one of the following brands:i.Liebertii.Tripp-Liteiii.Eaton/Powerwareiv.Mitsubishib.UPS shall be the same brand/model for both buildings.2.Rating: the size shall be rated at least 10KVA, 120/208VAC input, single phase; output shall be 120, 120/208 VAC, single phase. 3.The new UPS shall be listed for use in a dormitory.4.Dimensions: the physical dimensions of the new UPS shall physically fit in the space provided.5.The new UPS shall have a digital display with menus for easy operation and maintenance.6.The new UPS shall have alarms indicating trouble and fault conditions.7.The new UPS (for Bld. 53 only) shall have a remote indictor panel displaying pertinent information such as battery condition, normal operation, and trouble/alarm condition. 8.Parts shall be readily available from manufacturer or manufacture's representative for repairs.9.New UPS shall have a maintenance by-pass switch that is easily accessible and be capable of "hot swapping" the batteries. New batteries shall be "Maintenance Free" gel-cell type batteries, unless specified otherwise by manufacturer. Request Copy of RFP All prospective offeror shall notify the contracting officer at Kenneth.lloyd@bia.gov to request a copy of RFP RA001509005 no later than August 14, 2009 12 pm. The will be no electronic copy of this RFP and this will be the only notice. Any request for RFP RA001509005 received after August 14, 2009 12 pm will be rejected. Issuance of RFP The anticipated release date of the RFP is on or about August 17, 2009 @ 1 pm, with an anticipated offer closing date of on or about August 30, 2009. The firm date for receipt of proposal will be stated in the actual RFP. Any technical questions must be submitted in writing to the contracting officer on or before August 20, 2009 12 pm via e-mail to Kenneth.lloyd@bia.gov. Telephone or faxed questions will not be accepted. Site Visit and Inspection: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors are expected to inspect the site where the work will be performed. Eligible small business who can perform this work in Lawrence, Kansas are strongly encouraged to make arrangement at its own expense and at no cost to the government to examine and inspect the current wheel chair lift and work site, prior to submitting a offer by contacting Mr. Gary Goombi via email ggoombi@haskell.edu or call at Phone: 785-749-8467. No variance or extra payment will be allowed for requirements or conditions arising during construction that were apparent prior to starting work. Contract Award Receipt of any award as a resultant of this solicitation is contingent on the contractor's meeting the requirements in Section 1512 (report on funds) of the recovery act, and comform to the instruction in the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001509005/listing.html)
- Place of Performance
- Address: LAWRENCE KS<br />
- Zip Code: 66046<br />
- Zip Code: 66046<br />
- Record
- SN01903961-W 20090809/090808001044-847b5f0ecf8222d691c810d51226cd74 (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 |