MODIFICATION
Z -- Electrical Distribution Line Upgrade at John H. Kerr Powerhouse, Boydton, Virginia, USACE Wilmington District
- Notice Date
- 3/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM-15-T-0015
- Response Due
- 4/6/2015
- Archive Date
- 5/17/2015
- Point of Contact
- Carol Brock, 9102514110
- E-Mail Address
-
USACE District, Wilmington
(jessie.c.brock@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- **As of 18 March 2015, the following clauses have been added: FAR 52.237-2, DFARS 252.225-7036, and DFARS 252.201-7000.** **As of 16 March 2015, a drawing has been added.** 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. This notice is being posted as an avenue to provide Request for Quotes, W912PM-15-T-0015. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be an unrestricted procurement. The solicitation number is W912PM-15-T-0015, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 237130 with a small business size standard of $36,500,000.00 average annual receipts. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-80. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requests the labor, equipment, materials, parts, and services necessary to upgrade the existing electrical distribution line from John H. Kerr Powerhouse to the Kerr Maintenance area. The work includes supplying and installing transformers, underground and overhead conductors at 480V and 5kV, insulators, cross-arms, stress cones, cut-outs, over-head 240V triplex, etc. All equipment will be de-energized while work is occurring, including surrounding buses. The Contractor will participate in the Corps' lock out tag out program but shall provide its own lock out devices (see Performance Work Statement). The work will be performed at the John H. Kerr Dam and Reservoir in Boydton, Virginia. Qualifications of Contractor: The Contractor must have a Virginia Class A contractor's license, past experience in 115kV substation/switchyard work and must have a crew that is qualified to perform this work. A copy of the license and this experience must be submitted in the form of three (3) documented projects over the last five (5) years. The submittals can be very brief, but must include the point of contact for the customer for which the work was done. Performance Period: All work shall be completed no later than 30 June 2015. Place of Performance Address: John H. Kerr Powerhouse 5460 Buggs Island Road Boydton, VA 23917 SITE VISIT A site visit has been scheduled for Tuesday, March 24, 2015 at 9:00 am EDT. Please contact Carol Jayroe at Carol.B.Jayroe@usace.army.mil by 3:00 pm EDT, Monday, March 23, 2015 if you plan on attending the site visit. No questions will be answered during the site visit. Prospective offerors are requested to submit any written questions or inquiries via ProjNet. Inquiries should specify the section and paragraph of the Performance Work Statement and/or Performance Requirement Summary, for which clarification is desired Participants will meet at: John H. Kerr Powerhouse 5460 Buggs Island Road Boydton, VA 23917 To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the quote mark Additional documentation quote mark link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-1 Approval of Contract 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alternate I, Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items 52.214-34 Submission of Offers in the English Language. 52.214-35 Submission of Offers in U.S. Currency. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-6 Drug-Free Workplace 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items 52.223-15 Energy Efficiency in Energy-Consuming Products 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-17 Interest 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-38 Submission of Electronic Funds Transfer Information with Offer 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.246-16 Responsibility for Supplies 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006 Billing Instructions 252.204-7007 Alternate A, Annual Representations and Certifications. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure Information to Litigation Support Contractors 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer 52.212-2 - Evaluation -- Commercial Items (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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: i.Possession of a State of Virginia Class A license. A copy of the license must be submitted with the quote, and ii. Evidence of experience working with 115kV substation/switchyard work and employment of a crew that is qualified to perform this work. This experience must be submitted with the quote in the form of documentation of three (3) successfully completed technically similar projects over the last 5 years. The submittals can be very brief, but must include the point of contact for the customer for which the work was done. Failure to provide this documentation may render the vendor non-responsive and the quote may no longer be considered for the procurement. (b) 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. (End of provision) 52.214-4006 Solicitation/Technical Inquiries via ProjNet (Local Instruction CECT-SAW October 2012) 1. Solicitation/Technical Inquiries. a. Inquiries are to be submitted via Bidder Inquiry at the ProjNet website at https://www.projnet.org b. If you have technical problems accessing the Bidder Inquiry via the ProjNet website, contact the ProjNet Help Desk at 1-800-428-4357 (HELP). This number is for technical issues accessing the website ONLY. 2. Any prospective bidder/offeror desiring an explanation or interpretation of the solicitation, drawings specifications, etc., must request it in writing via Bidder Inquiry in ProjNet within no less than seven (7) calendar days prior to the date of bid opening or receipt of quotes. Oral explanations or instructions given before the award of a contract will not be binding. Any information given a prospective bidder/offeror concerning the RFQ will be furnished promptly to all other prospective bidder/offerors as an amendment to the RFQ, if that information is necessary in submitting quotes or if the lack of it would be prejudicial to other prospective bidders/offerors. The Government reserves the right to decline addressing questions received less than seven (7) calendar days prior to receipt of bid opening or receipt of proposals. 3. No Inquiries will be accepted by the Bidder Inquiry system within seven (7) calendar days prior to the date quotes are due. However, you may still access the Bidder Inquiry system to view answers/replies to previous inquiries until the bid opening. 4.ProjNet - Bidder Inquiry module. a. To submit and review bid inquiry items, bidders/offerors will need to be a current registered user or self-register in the system. To access Bidder Inquiry, go to the ProjNet web page at http://www.projnet.org less than http://www.projnet.org greater than and click the quote mark Quick Add quote mark link. Once at the Quick Add screen, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and bidder's/offeror's e-mail address, then click login. If this is bidder's/offeror's first time logging in they will be taken to the Bidder Inquiry Create Account screen to self- register. Fill in all required information and click create user. Verify that information on next screen is correct and click Continue. Please remember your Secret Question Answer and email address used for future access to this website. b. From this page you may view all bidder/offeror inquiries under Reports or post a new inquiry under Submit. c. Bidders/Offerors will receive an acknowledgement of their question via email, followed by another email notification that an answer to their question has been posted after it has been reviewed by our technical team and responded to by a Contracting Officer. It is the responsibility of the Bidder/Offeror to check their junk email and email delivery options to ensure delivery of these acknowledgement emails. d. Bidders/Offerors are responsible for checking bid inquiry items. e. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The name of the submitter or firm is not published for the public on the report of all Bidder Inquiries. Bidders/ Offerors are on notice of, and assumed to be aware of, all inquiries, responses, and information posted in the Bidder Inquiry System up to the date of bid submission, whether the inquiry was generated by the Bidder themselves or another potential Bidder/ Offeror. Bidders are responsible for incorporating all such information into their bid, or for requesting further clarification. quote mark 5. Solicitation Information: RFQ No: W912PM-15-T-0015 Bidder Inquiry Key: 4A5ZAC-S8J22E (end) 52.000-4001 HANDCARRIED BIDS/PROPOSALS/QUOTES (Sep 2003) (Wilmington Local Instruction) 1. If bids/proposals/quotes are hand carried, deliver them to the U. S. Army Corps of Engineers, Wilmington District, Attn: Ms. Carol Jayroe, Contracting Division, 69 Darlington Avenue, Wilmington, North Carolina, 28403. All bids/proposals must be received in the Contracting Office not later than the exact time specified for bid opening or time specified for receipt of proposals. 2. Due to security measures at the Wilmington District Office, you should allow sufficient time for delivery of the bid/proposal to ensure it is received timely. (End) 52.000-4028 INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) WAGE DETERMINATION Wage Determinations are inserted and incorporated into this contract. In the performance of this contract the Contractor shall comply with the requirements of the U.S. Department of Labor Wage Determination Numbers (See below), dated (See below). Wage Determinations are available on line at www.wdol.gov or at http://www.wdol.gov/sca.aspx. Service Contract Act Wage Decision No. 2005-2545 rev. 19 dated 12/22/2014 shall be applicable to any contract resulting from this solicitation. These rates and benefits are the minimums to be paid employees hereunder. 52.0201-4001 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: U.S. Army Corps of Engineers, Wilmington District Attn: Contracting Division 69 Darlington Avenue Wilmington, NC 28403 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) 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; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via ProjNet (52.214-4006 Solicitation/Technical Inquiries via ProjNet). Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 06 APRIL 2015. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Ms. Carol Jayroe, Carol.B.Jayroe@usace.army.mil. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written Request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email to carol.b.jayroe@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3520bf8aeb019b24e20a95945e688fbe)
- Place of Performance
- Address: John H. Kerr Powerhouse 5460 Buggs Island Road Boydton VA
- Zip Code: 23917
- Zip Code: 23917
- Record
- SN03671564-W 20150320/150318234949-3520bf8aeb019b24e20a95945e688fbe (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 |