Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2011 FBO #3466
SOLICITATION NOTICE

99 -- Furnish and Install Poles

Notice Date
5/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321999 — All Other Miscellaneous Wood Product Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-11-T-0152
 
Archive Date
6/18/2011
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0152, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 effective 16 May 2011. The North American Industrial Classification Code (NAICS) 321999 applies with a business size standard of 500. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. SECTION B- SCHEDULE OF SUPPLIES AND SERVICES CLIN 0001: Furnish and Install two (2) 100' wood poles in accordance with the Statement of Work, Qty: 1, Unit of Issue: Lump Sum SECTION C - STATEMENT OF WORK (SOW) SOW PART A-GENERAL INFORMATION A.1 INTRODUCTION This requirement is for the installation of two 100' (1/3 in the ground) wooden poles with two faux (not energized) power lines at a site TBD in the 23459 zipcode of Virginia. A.2 RESERVED A.3 SCOPE OF WORK The purpose of this requirement is to purchase, and install a faux power lines. The contractor shall take into account the ocean front location of this facility in the selection of all components. The contractor shall: • Purchase poles, wire and miscellaneous components commonly used in similar applications • Deliver pole to the facility and process all DOT required permits or other special requirements • Survey site and ensure underground utilities are identified • No government furnished material or equipment will be provide • Install poles IAW widely accepted national electrical infrastructure standards (where applicable) SOW PART B-WORK REQUIREMENTS POLE REQUIREMENTS B.1 COMPONENTS B.1.1 100' WOODEN TELEPHONE POLES B.1.1.1 Contractor shall purchase and install all parts and provide all equipment and labor. B.1.1.2 Approximately two-thirds of the 100' poles should be exposed above ground with a standard cross-member atop each pole. B.1.1.3 On the cross-member, two paralleled (horizontal to the ground) 1/0 gauge (@1/2 inch) insolated power cable will be installed using standard industrial connectors. B.1.1.4 The length of the wires will be determined on site but will not exceed 150' for both. B.1.1.5 Wires must be cable of supporting up to a 100 pound weight attached in the middle B.4 ACCEPTANCE B.4.1 GOVERNMENT ACCEPTANCE The Contractor shall support a one (1) day (business days) Government acceptance consisting of the Government inspecting and weight testing (wires). The Contractor shall note any discrepancies during this time period and correct any problems prior to final acceptance by the Government. DELIVERABLES B.5 DELIVERABLE ITEMS The contractor shall deliver the following items: B.5.1 Two complete sets manufacture specifications and lot numbers for poles, wires and hardware. SOW PART C- SUPPORTING INFORMATION C.1 PLACE OF PERFORMANCE Site located in the 23459 zip code, VA. C.2 PERIOD OF PERFORMANCE The period of performance for this contract shall be 45 days after date of contract award. C.3 SPECIAL CONSIDERATIONS C.3.1 Contractor-Furnished Materials The contractor shall furnish all material, equipment, and labor necessary to design and install the pole system, except those identified as Government-furnished material in paragraph C.3.2. C.3.2 Government-Furnished Material and Services The Government will furnish the following: • Access to 110 VAC for operation of power tools • Water hydrant is available on site C.3.3 Qualifications of Key Personnel The contractor shall indentify, by name, the key management and technical personnel who will work under this contract. Requisite qualifications are as follows: • Management-Minimum of five (5) years experience in the management power distribution infrastructure design and installation. • Minimum of five (five) years experience in the transportation logistics and heavy-equipment operations. C.3.4 Warranty The contractor shall provide a two (2) year warranty on the entire pole system. Warranty period shall start upon the Government's final acceptance. SECTION I - CLAUSES CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10 FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper Aug-00 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Sep-06 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-8 Utilization of Small Business Concerns May-04 FAR 52.219-14 Limitations on Subcontracting Dec-96 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.2222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.222-99 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEVIATION 2010-0013) Jun-10 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-17 Interest Nov-08 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-18 Availability of Funds Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-2 Protection of Government Buildings Equipment and Vegetation Apr-84 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.243-1 Alt I Changes - Fixed-Price Alt 1 (Apr 1984) Aug-87 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 Disclosure of Information Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun-10 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance: Technical, delivery and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.209-5 Certification Regarding Responsibility Matters. Apr-10 FAR 52-209-7 Information Regarding Responsibility Matters. Apr-10 FAR 52.212-2 Evaluation -- Commercial Items Jan-99 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Apr-11 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Mar-11 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.233-2 Service of Protest Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar-11 SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. A site survey will be conducted at a Site located in Virginia Beach, Virginia on Friday, May 27, 2011 at 11:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive precisely at 11:00AM EST to the Naval Special Warfare Development Group (NSWDG) Small Arms Testing and Evaluation Compound (SATEC) at Fort Story, VA. There will not be another opportunity to view the site. Visitors will have to travel to the Fort Story Main Gate in order to get their visitor passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, name of business, make/model/year/color/state of vehicle registration/license plate information, number of vehicles by no later than Wednesday, May 25, 2011 at 8:30 AM EST to Danyiele Peterson via email only at danyiele.peterson@vb.socom.mil. Please call 757-893-2713 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. All questions concerning this procurement, either technical or contractual must be submitted to danyiele.peterson@vb.socom.mil by May 31, 2011 at 8:00AM EST. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Danyiele Peterson at phone number: (757-893-2713) or email at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Danyiele Peterson by email at danyiele.peterson@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 3 June 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0152/listing.html)
 
Record
SN02453259-W 20110522/110520234724-5569ee20c82b838c7f5ea17c7c909ffb (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.