Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2013 FBO #4376
SOLICITATION NOTICE

45 -- Dry Standpipe Replacement DC MD and VA - Package #1

Notice Date
11/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Washington Metropolitan Area Transit Authority, Procurement and Materiels, PRMT-JGB, 600 5th Street, Washington, District of Columbia, 20001
 
ZIP Code
20001
 
Solicitation Number
FQ14001RLJ
 
Archive Date
1/2/2014
 
Point of Contact
Robert L. Jones, Phone: 2029621911
 
E-Mail Address
rljones2@wmata.com
(rljones2@wmata.com)
 
Small Business Set-Aside
N/A
 
Description
IFB FQ14001RLJ Volume 3 Drawings IFB FQ14001RLJ Volume 2 Technical Provisions IFB FQ14001RLJ Volume 1 Bidding and Contracting Requirements IFB No.FQ14001/RLJ IFB Title:Dry Standpipe Replacement DC MD and VA ADVANCE NOTICE TO BIDDERS Date Posted on Internet:November 15, 2013 Solicitation Availability:November 15, 2013 Pre-Bid Conference:November 22, 2013 Bid Opening:December 18, 2013 Project Description:Dry Standpipe Replacement DC MD and VA Description of Work The scope of work includes removal and replacement of the standpipe system, to include underground valves, connectors for access by firefighters, standpipe replacement, and temporary system setup and removal (so as not to disrupt service). Estimated Cost Range: $5,000,000 - $10,000,000 Period of Performance:1095 Calendar Days (CDs) Bids Due: Wednesday, December 18, 2013 by 2 pm and shall be delivered to WMATA, Office of Procurement and Materials, Room 3C-01, 600 Fifth Street, NW, Washington, DC 20001. Bids will be publicly opened and read aloud in the WMATA Meeting Room, Lobby Level, 600 Fifth Street, NW, Washington, DC 20001. Bidders are cautioned to not take exceptions or qualify their bid. Any questions regarding the solicitation should be made in writing to the Contracting Officer no later than five (5) business days prior to the bid opening. Please carefully review the Notice to Bidders of the IFB. The Notice to Bidders addresses common problems found in previous bids that may cause bid rejection. Bonds/Guarantees: A bid guarantee, in the amount of 5% of the total bid price, is required with the bid if it is greater than $100,000. The successful proposal must provide Performance and Payment Bonds in the amount of the contact award. DBE Information: The solicitation includes a DBE goal of 33%, if the bid price is $500,000 or more. Information on the WMATA DBE program can be found at: http://www.wmata.com/business/disadvantaged_business_enterprise/ WMATA will have a DBE office representative on hand at the Pre Bid Condense. Questions regarding WMATA's DBE program may be addressed to Ms. Tinuade Akinshola tsakinshola@wmata.com, telephone 301-955-5185. DBE Vendor Directory http://www.wmata.com/business/disadvantaged_business_enterprise/dbe_search.cfm Basis of Award A single contract for all items will be awarded to the lowest responsive and responsible bidder. Type of Contract: Firm Fixed Price IFB availability: Free of charge in Adobe Acrobat (.pdf) format at: WMATA website - http://www.wmata.com/business/procurement_and_contracting/solicitations/index.cfm. FedBizOps In order to avoid IFB download problems, please immediately download the latest version of Adobe Acrobat Reader (Currently Version XI (11.0.04)) available for free at http://get.adobe.com/reader/ Amendments: If any amendments are issued, they will be posted on the WMATA website along with the solicitation. Pre-Award Information: Shall not be submitted with the bid. After the bid opening, only the Apparent Low Bidder will be requested to submit Pre-Award Information. Warranty One year after Substantial Completion Inspection per system. Vendor Registration: Please visit our Internet website at http://www.wmata.com/business/ for New Vendor Registration and Registered Vendors (updates, etc) http://www.wmata.com/business/procurement_and_contracting/vendor_registration.cfm Question regarding vendor registration should be addressed to Phillip Barrett, Jr at PbarrettJr@wmata.com or telephone 202-962-1408. Insurance The successful bidder must provide Commercial General Liability, Automobile Liability Railroad Protective Liability, Employer's Liability, Commercial General Liability, and Automobile Liability with WMATA included as an additional insured as well as Worker's Compensation (Statutory). The Authority may offer to waive the requirement for the Contractor to procure RRP if 1) the work can be covered under the Authority's blanket RRP program, and 2) the Contractor prepays the premium which shall be determined by the rate schedule promulgated by the insurer in effect as of the effective date of this Contract. Contractor shall be advised of and pay the applicable premium, or procure a standalone RRP policy on the Authority's behalf. See Special Conditions 2.13 Indemnification and Insurance. The contractor is entitled to 100% reimbursement of the actual fee submitted to WMATA with no markups. The application and fee must be submitted within ten (10) calendar days of contract award. For bidding purposes, an allowance will be provided on the Unit Price Schedule. The contractor shall be reimbursed 100% of the actual fee to WMATA. If the contractor chooses to not utilize the WMATA RRPL, then WMATA will reimburse the contractor the actual cost with no markups up to the amount (not allowance) of the waiver fee. WMATA will have an insurance representative on hand at the Pre Bid Conference to discuss the Railroad Protective Liability Insurance and how that insurance may qualify for coverage by the apparent low bidder from WMATA at significant cost savings. Buy America Act Certification (Not to be confused with Buy American) This information will be included in the following: a.Advance Notice to Bidder b.IFB c.Pre Bid Conference Meeting Agenda/Handout Bidders should be fully cognizant regarding BUY AMERICA and be prepare to submit not only a BUY AMERICA certificate but actual proof of compliance including parts and assembly. This information will be required with the Pre Award Data submitted by the Apparent Low Bidder. The applicable Buy America Certificate for this solicitation is "Certification requirement for procurement of steel, iron, or manufactured products." http://www.fta.dot.gov/legislation_law/12921.html This project is funded by the Federal Transit Administration. The Buy America requirements apply to federally assisted construction contracts, and acquisition of goods or rolling stock contracts valued at more than $100,000. (a)By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement it will comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)© and 49 C.F.R. 661.11. (b)An offeror must submit to the Authority the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. (b)An offeror must submit to the Authority the appropriate Buy America certification with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Contact Person: Mr. Robert Jones, Contract Administrator, rljones2@wmata.com, facsimile (202) 962-6120, voice (202) 962-1911; or write Robert Jones, Office of Procurement and Materials, Washington Metropolitan Area Transit Authority, Room 4A, 600 Fifth Street, NW Washington, D.C. 20001. Email contacts are strongly preferred. NAICS Codes 238220Fire Sprinkler System Installation, Pumping system, water, installation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/WMATA/WMATA01/WMATAPRMT01/FQ14001RLJ/listing.html)
 
Place of Performance
Address: Washington Metropolitan Area, United States
 
Record
SN03234817-W 20131117/131115234027-ab6069f2d55c2f7a94d0a6c7796cff93 (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.