SOLICITATION NOTICE
59 -- UPGRADE DIRECT DIGITAL CONTROL (DDC) SYSTEM ON 3RD FLOOR BUILDING 525, U.S. ARMY CORPS OF ENGINEERS, PACIFIC OCEAN DIVISION, FORT SHAFTER, HAWAII
- Notice Date
- 9/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-10-T-0031
- Response Due
- 9/27/2010
- Archive Date
- 11/26/2010
- Point of Contact
- Maria Buckner, 808-438-8583
- E-Mail Address
-
USACE District, Honolulu
(maria.r.buckner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 written solicitation will not be issued. a. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. b. The NAICS code 238210 - Electrical Contractors and other Wiring Installation Contractors, with a small business size standard of $14M. Awardee must have a commercial and government entity code (www.ccr.gov) in Central Contractor Registration (CCR). The contract will include one line item with a lump sum unit of measure. c. This is a firm-fixed price commercial service including services to upgrade the existing Trane Direct Digital Control System serving the air conditioning system. Upgrade includes control and monitoring, via communication links, of 44 existing variable air volume (VAV) terminal units. SEE ATTACHED SCOPE OF WORK DOCUMENT FOR DETAILED REQUIREMENTS. The Lowest Price Technically Acceptable evaluation criteria will be used for this requirement. d. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/VFFARa.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies. In addition to the above provisions and clauses, the following also applies: FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.214-34, Submission Of Offers In The English Language; FAR 52.214-35, Submission Of Offers In U.S. Currency; FAR 52.219-6, Notice Of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action For Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-16 Alt I, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 200&0 Alternate I; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.237-1, Site Visit; FAR 237-2, Protection Of Government Buildings, Equipment, And Vegetation; FAR 52.247-34 F.O.B. Destination; FAR 52.253-1, Computer Generated Forms; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; DFARS 252.225-7001, Buy American Act And Balance Of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.233-7001, Choice of Law (Overseas); DFARS 252.239-7001, Information Assurance Contractor Training and Certification; DFARS 252.243-7001 Pricing Of Contract Modifications; FAR 52.219-1 Alt I, SMALL BUSINESS PROGRAM REPRESENTATIONS; FAR 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; FAR 52.222-18, CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS; FAR 52.222-25, AFFIRMATIVE ACTION COMPLIANCE; FAR 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (WITH FILL-IN, ELECTRICAN/SECOND ELECTRICIAN, $237.23 DAILY RATE); FAR 52.232-18 AVAILABILITY OF FUNDS, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause); FAR 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; FAR 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (WITH FILL-IN, http://farsite.hill.af.mil/vffara.htm); FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE; (WITH FILL-IN, http://farsite.hill.af.mil/vffara.htm); FAR 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS; FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; DFARS 252.204-7006, BILLING INSTRUCTIONS; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS; DFARS 252.247-7023 ALT III, TRANSPORTATION OF SUPPLIES BY SEA; LOCAL STATEMENT, S-19A U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1, This paragraph applies to contracts and purchase orders that require the contractor to comply with EM 385-1-1 (e.g., contracts that include the Accident Prevention clause at FAR 52.236-13 and/or other safety provisions.) EM 385-1-1 and its changes are available at the following web site: http://www.hq.usace.army.mil/soh/hqusace_soh.htm. The Contractor shall be responsible for complying with the current edition and all changes posted on the web as of the effective date of this solicitation. Per EM 385-1-1 (latest version) Contractors shall ensure timely accident reporting is strictly adhered to. PODR 265 will be completed within 24 hours of all accidents (excluding first aid injuries). ENG 3394 forms will be completed within 5 days of lost time accident and forwarded to the Contracting Officer or Contracting Officer Representative. All accidents will be reported through the Honolulu Engineer District Safety Office, (808) 438-1316 within 24 hours of the incident. [End of Statement]; LOCAL STATEMENT, S-19, SAFETY STANDARDS, The successful offeror will be required to comply with Chapter 396 of the Hawaii Occupational Safety and Health Act (OSHA) standards and Title 12 Department of Labor and Industrial Relations, Subtitle 8 Division of Occupational Safety and Health, Part 2 General Industry Standards as well as with the Corps of Engineers Manual 385-1-1, Safety and Health Requirements Manual. [Title 29, CFR, Chap 18, Part 1910 (OSHA)] [End of Statement]; LOCAL STATEMENT, S-36.18 ACCIDENT PREVENTION PLAN (DEC 1998) Within 15 days after receipt of Notice of Award of the contract, and at least 7 days prior to the preconstruction conference, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and acceptance. The program shall consist of the following forms and documents: (a) An executed POD Form 248-R Rev (1 Jun 98), Accident Prevention Program, Administrative Plan. (b) An executed POD Form 184-R Rev (16 Oct 98), Activity Hazard Analysis. (At the Contracting Officer's discretion, the Contractor may submit its Activity Hazard Analysis only for the first phase of construction provided that it is accompanied by an outline of the remaining phases of construction. All remaining phases shall be submitted and accepted prior to the beginning of work in each phase.) (c) A copy of company policy statement of accident prevention and any other guidance statements normally provided new employees. Contractor shall not commence physical work at the site until the program has been accepted by the Contracting Officer, or his authorized representative. In developing and implementing its Accident Prevention Program, the Contractor is also responsible for reviewing Section 1 of the most current edition of US Army Corps of Engineers Safety and Health Requirements Manual, Engineer Manual 385-1-1. [See paragraph entitled, SAFETY STANDARDS, in Section 00800] [End of Statement]; S-36.33, NOTIFICATION TO OFFERORS ACCESS TO MILITARY INSTALLATIONS (JULY 2004),All vehicle operators must be prepared to provide a valid drivers license, vehicle registration, certificate of insurance and current safety inspection to the security guard prior to entry to the Installation. Offerors should anticipate a delay in entering the Installation and allow sufficient time when attending a site visit or pre-proposal conference or hand delivering an offer.; LOCAL STATEMENT, S-36.34, VEHICLE REGISTRATION (b) All vehicles operating on Army Installations must have a valid registration, valid certificate of insurance, current safety inspection and be operated by a licensed driver. Vehicle operators shall be prepared to present these documents when requested by the security guard. (c) Contractor vehicles utilized in performance of the contract shall be registered with the Installation Provost Marshal for entry into any Army Installation. This includes contractor employees privately-owned vehicles (POVs) used to travel to and from the job site. Employees will be allowed to register only one vehicle. It shall be the sole responsibility of the contractor to register vehicles with the Provost Marshal. (d) Prior to contract performance, the contractor shall provide the Contracting Officer with a list of company-owned vehicles, employee POVs, and any subcontractor vehicles to be registered. The Contracting Officer will prepare a request for vehicle registration to the Provost Marshal. Upon receipt of the signed request the contractor shall report directly to the Provost Marshal for vehicle registration. Contractor employees must report in person for registration of their POVs. The following documents will be required to be presented to the Provost Marshal for vehicle registration: 252 Contracting Officers request for vehicle registration.; 253 Valid Vehicle registration; 254 Valid Certificate of Insurance; 255, Current Safety Inspection; 256 Valid drivers license (e) At any time contractor employees (or subcontractor employees) are operating contractor-owned vehicles on an Army Installation, they shall have in their possession a letter signed by a corporate officer authorizing the individual to drive the vehicle. (f)The Contracting Officer and the Provost Marshal office shall be notified of any changes in vehicles within three business days of the change.(g)In the event the Provost Marshal issues extended passes for vehicles, lost passes shall be reported immediately, in writing, to the appropriate Provost Marshal Office, in order to obtain new passes. Notification shall include all circumstances surrounding the loss of the original passes. All vehicle passes issued shall be returned to the Provost Marshal upon completion of the contract, termination of an employee or discontinued use of the registered vehicles. (h)Failure to follow the procedures outlined above may result in delays in entering Army Installations. The Government is not responsible for any adverse impact on the contractor or its operation as a result of delays due to the failure to register vehicles.; LOCAL STATEMENT, S-4, COST BREAKDOWN, Quoter is required to provide a detailed cost breakdown of his quotation which is to be submitted with his response to this Request for Quotation. Breakdown should cover costs such as labor, materials, overhead and profit. The information will be used in the evaluation process.[End of Statement]; LOCAL STATEMENT, S-4.1 JOINT VENTURE OFFERORS, All Offerors in a Joint Venture shall submit their executed joint venture agreement. In addition, Joint Venture firms must obtain/submit their tax identification number (TIN), Data Universal Numbering System (DUNS) No., Section 00600, Representations and Certifications and register in Central Contractor Registration (CCR) as a joint venture; LOCAL STATEMENT, S-8, UTILITY OUTAGES, Utility outages shall be as hereinafter specified, unless otherwise indicated or specified. Interruptions to existing utilities shall be held to a minimum. Outages to facilitate connections to existing systems shall be scheduled to take place during periods of minimum demand. The Contractor shall submit a planned schedule of outages to the Contracting Officer for proper coordination with existing facilities, and shall notify the Contracting Officer in writing not less than five (5) days in advance of the intended interruptions. Planned schedule of outages shall include specific dates, times, and anticipated duration of proposed outages. In the event the proposed outages interfere with station operations, the Contracting Officer will consider or offer alternate dates and/or times. Outages may be permitted during off-peak hours, hours of darkness, weekends, and holidays, at no additional cost to the Government. Work shall be planned to minimize outages. No utility outage will be permitted until the Contractor receives written approval from the Contracting Officer. [End of Statement] e. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number and Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. f. Quote and/or questions regarding this solicitation shall be submitted via email to Ms. Maria Buckner at maria.r.buckner@usace.army.mil no later than 9:00 a.m. Hawaiian Standard Time on 27 September 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-10-T-0031/listing.html)
- Place of Performance
- Address: USACE Pacific Ocean Division Building 525, 3rd Floor Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02296884-W 20100927/100925233519-5962d652d66e2ef54e39ce25390a71be (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 |