SOLICITATION NOTICE
29 -- Radiator Cooling Unit Replacement/Installation - Clauses - DOL Wage Determination - SOW and SPECs
- Notice Date
- 1/30/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
- ZIP Code
- 50010
- Solicitation Number
- S967-00171
- Archive Date
- 2/28/2015
- Point of Contact
- Lara J. Hicok, Phone: 5153377159
- E-Mail Address
-
lara.j.hicok@aphis.usda.gov
(lara.j.hicok@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW and SPECs DOL Wage Determination Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation S967-00171 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The 2012 NAICS code applicable to this acquisition is 335312. To be considered a small business under this NAICS, offerors must not exceed the 1000 employee size standard. The USDA, ARS, National Laboratory for Agriculture and the Environment (NLAE) has a requirement for the replacement of the cooling unit in an existing unique radiator as part of an emergency generator used in the NLAE located in Ames, IA. The contractor shall provide and install a new cooling unit to the current radiator unit, manufactured by IEA Radiators, Stock number EC025S10. Cooling unit SPECS are also included with this solicitation notice. An image of the cooling unit requiring replacement is included with the SPECS attached to this solicitation. Any resulting award from this solicitation will be a fixed price contract. Responsible offerors must be able to provide the items within 60 days of date of award. Quote shall include all costs associated with contractor being responsible for obtaining all materials, equipment, supplies, labor, transportation, utilities, supervision, bonds insurance, permits and incidentals to complete contracted work. Contractor shall coordinate all work activities with the USDA site point of contact prior to beginning any work. All work shall be scheduled in a manner such that on-going research is not impacted negatively. Normal working hours are from 8:00am until 4:30pm Monday thru Friday, excluding Federal holidays. Work outside of normal hours must be pre-approved by USDA site point of contact. All submittals shall be submitted, received and returned to the contractor, by USDA site point of contact prior to commencement of work. All Contractor personnel shall request access from the South Lobby doors at the start of each workday during the period of the contract. All Contractor personnel shall sign in on the visitor log sheet at the beginning of each work day and shall sign out at the end of each individual's work day. The USDA site point of contact shall issue one or more access badges (card keys) as necessary for Contractor personnel to enter the areas in which work is to be performed that day. All issued badges (card keys) must be returned at the end of each work day. Others may visit the site with permission of the USDA site point of contact and shall also sign in and out in the visitor log. The USDA site point of contact shall be informed of all suspected unauthorized visitors. The Contractor shall provide all temporary utilities required for contracted work. The USDA site point of contact may allow the use of site utilities for contracted work. The Contractor is responsible for all expenses to connect and disconnect to and from any utility system needed. The Contractor shall coordinate all utility hookups with permission of the USDA site point of contact. If necessary, the Contractor shall request and coordinate any mechanical or electrical or fire system shutdowns, in advance, with the USDA site point of contact. If necessary, shutdowns may be performed during other than regular working hours with the prior approval of the USDA site point of contact. Utility Services interruption must be scheduled and requested from the USDA site point of contact a minimum of 24 hours in advance. All shutdowns will be kept to a minimum amount of time necessary to perform the work and the USDA site point of contact will be notified as soon as possible to allow the startup of the affected systems. Maintenance and software agreements will be effective upon award issuance and for one year. Thereafter, multiple year renewals will be an option. Award will be based on technical acceptability, best value and ability to deliver ARO. Must-have specifications are provided in this solicitation. All quote specifications must be verifiable. Site Visit: Contractors are highly encouraged to conduct a site visit prior to providing quote to ensure that quoted unit will satisfy requirement. Please contact Location Manager, Aaron Rosales at 515-294-3679 to schedule this visit. Project Work Site: USDA-NLAE, 2110 University Boulevard, Ames, IA 50011. USDA Site Point of Contact: Aaron Rosales Ph. 515.294.3679 DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed product with enough detail to ascertain and verify that the product meets the minimum must-have specifications listed on the attached document. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award offerors shall provide 1) a Quote on company or formal letterhead detailing the item description, unit price per item and the total price, 2) company DUNS number for verification of current ACTIVE status in the System for Award Management purposes 3) any documentation necessary for verification that product satisfies the minimum must-have specifications attached. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Lara J. Hicok, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 12:00pm CST February 13, 2015. Quotes and other requested documents may be provided by email: lara.j.hicok@aphis.usda.gov or facsimile to (515) 337-7247 if desired. Additional information may be obtained by contacting the Purchasing Agent at lara.j.hicok@aphis.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a024e3915231f9f4094e817bb98c907)
- Place of Performance
- Address: USDA-NLAE, 2110 University Blvd., Ames, Iowa, 50011, United States
- Zip Code: 50011
- Zip Code: 50011
- Record
- SN03629269-W 20150201/150130234605-2a024e3915231f9f4094e817bb98c907 (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 |