Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2013 FBO #4362
SOLICITATION NOTICE

M -- Central Utility Plant Maintenance and Operation - SOW

Notice Date
11/1/2013
 
Notice Type
Presolicitation
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB194000-14-CUPPMOP
 
Archive Date
12/16/2013
 
Point of Contact
Patricia M. Bullington, Phone: 3034973106, Robert Brackett, Phone: 303-497-6320
 
E-Mail Address
patricia.bullington@nist.gov, robert.brackett@nist.gov
(patricia.bullington@nist.gov, robert.brackett@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
JP-AC-W-029 JP AC-W-028 JP Water Heater JP Heater JP Exhaust Fans JP Swamp Coolers JP Lighting HI HI HI WWV WWV/WWVB WWV/WWVB CO boiler Regs Procedures for entering Boulder Labs Statement of Work The Department of Commerce, National Institute of Standards and Technology (NIST), Boulder, CO Acquisition Management Division (AMD) Office intends to contract for the full time maintenance, repair, and operation of the Central Utility Plant (CUP) located on the Boulder, CO NIST Campus and for the maintenance and repair on various equipment at the facilities located at NIST WWV/WWVB Fort Collins, CO and NIST WWVH Kekaha, HI sites. The CUP provides steam, laboratory-grade compressed air, and chilled water to various buildings on the Campus. At least one person per shift shall serve as the shift supervisor and shall possess a valid Stationary Engineers License for performance of work in the City of Boulder. The CUP shall be maintained in accordance with all applicable regulations and remain operational 24/7/365 with minimal interruptions and down time. Contractor shall ensure the plant is operable to 76,700 lbs. per hour of steam at 125 psi; 2,900 tons of cooling (7,250 at maximum future build out) at 43 degrees supply chilled water temperature, and 584scfm of compressed air at 130 psi and a 40 degree Fahrenheit dew point. A pre-solicitation for this project was initially posted August 24, 2013 and later cancelled on September 11, 2013 with the intent to re-post the solicitation for bid October, 2013. The solicitation is being posted today, November 1, 2013 as a result of the Government Shut-Down causing a delay in posting a solicitation in October. An award is anticipated to be made by December 16, 2013. A pre-proposal conference with site visit is scheduled for Wednesday, November 13, 2013 at 2:00pm MST (1400 hours) located at: Department of Commerce National Institute of Standards and Technology 325 Broadway Building 111, AMD Conference Room Boulder, CO 80305-3328 Period of Performance for this contract is a base year of 12 months, commencing January 1, 2014 through December 31, 2014, with four 1 year option periods. Source Selection will be made using best value, lowest price technically acceptable process (FAR 15.101-2). The Government will not pay for any information solicited. Offers that do not meet all the requirements or are not submitted within the allotted time will not be considered. All contractors doing business with the Government are required to be registered with the System for Award Management (SAM) in accordance with FAR 52.204-99. The awardee must be registered in the SAM prior to award. Refusal to register shall forfeit award. To register with the SAM and become eligible to receive an award, all offerors must have a Dun and Bradstreet Data Universal Numbering System (DUNS) Identifier. A DUNS number may be acquired free of charge by contacting Dun and Bradstreet at 888-923-4960 or online at http://www.dnb.com and click on "get a D&B D-U-N-S number". This procurement is being solicited as a total small business set-aside. The NAICS code applicable to this solicitation is 811310, and the corresponding size standard for determining whether or not a firm qualifies as a small business is $7 million in average annual receipts (gross) over the past three years. CAR 1352.215-70, Proposal preparation: 1) one (1) copy of a proposal which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3) Description of commercial warranty; 4) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation; 5) This is an Open-Market Combined Synopsis/Solicitation for equipment 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. NOTE: It is the responsibility of the offeror to acknowledge any amendments made to this solicitation. All amendments will be posted on the Fedbizopps website. CAR 1352.215-72, Inquiries: Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 11:00am MST Wednesday, September 11, 2013. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation within 24 hours. Requests shall include complete company name, address, telephone and fax number. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. CAR 1352.215-75, Evaluation Criteria: 1) Technical Capability, Meeting or Exceeding the Requirement 2) Price Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the proposal. Documentation submitted in the proposal shall be evaluated to determine that the proposed contractor meets or exceeds the Governments requirements. NOTE: CONTRACTOR ELIGIBILITY: Companies bidding this contract shall have a minimum of 5 years verifiable experience operating a high pressure steam plant with the output capacity of 100 thousand pounds per hour of steam at a minimum of 100 psi., and 3,000 tons of available cooling per hour. Contractor shall provide verifiable company documents verifying the companies experience along with work experience documents for all employees and any certification documents each employee may have along with their bid documents. Price: Price shall be evaluated for reasonableness. A FIRM FIXED PRICE CONTRACT WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED OFFEROR WHOSE TECHNICALLY ACCEPTABLE QUOTATION IS DEEMED TO REPRESENT THE LOWEST PRICE. Due Date and Response Information Interested vendors capable of providing the CUP Preventative Maintenance and Operation in this solicitation should submit their proposal in writing to: Patricia Bullington, Contract Specialist electronically at patricia.bullington@nist.gov. Faxed Proposals shall not be accepted. Offerors shall submit their proposals so that NIST receives them not later than 11:59 p.m. MST Sunday, December 01, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-14-CUPPMOP/listing.html)
 
Place of Performance
Address: DoC - NIST, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03226353-W 20131103/131101233704-f4290d9aef5c79cf871aff6addafae18 (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.