Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
MODIFICATION

61 -- Electrical Service - Amendment 1

Notice Date
4/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA91Q1600013
 
Archive Date
5/13/2016
 
Point of Contact
Judy Bowers, Phone: 2023661913
 
E-Mail Address
judy.bowers@dot.gov
(judy.bowers@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation This is a solicitation for construction prepared in accordance with the format in Subpart 36.7, 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 requirement is being solicited as a 100% Set-Aside for Small Business. The United States Merchant Marine Academy (USMMA) intends to award A UPGRADE OF ELECTRIC REQUIREMENTS FOR FURUSETH HALL ROOMS 305, 306, 308 at the Academy. This announcement constitutes the only solicitation. Quotations are being requested under number DTMA91Q1600013. The NAICS code is 238210. The small business size standard is $15 million dollars. The attached Statement of Work (SOW) includes specific performance specifications. Delivery shall be FOB Destination at the USMMA, 300 Steamboat Road, Kings Point, NY 11024. The resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Technical Approach (2) Past Performance (3) Price. The contract award will be offered to the best value offer made to the Government, considering price, qualified technician, Warranty, Estimated time required to complete work, and Past Performance. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at https://www.acquisition.gov/FAR. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the System Award Management (SAM) per FAR-7, System Award Management. Offerors who are not registered with SAM may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, past performance information, completed FAR 52.212-3, and Offerors name, address, point of contact name, phone number, email address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three references within the last five (5) years. Provide Company's name, point of contact, telephone number, fax number and email address. This information must be current. Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Services are included in this order and are applicable. All clauses and provisions referenced in this announcement may be accessed at the following website https://www.acquisition.gov/FAR. No Numbered Notes are included in the solicitation. The offerors will be evaluated on the following criteria: Factor 1 - Technical Approach Factor 2 - Qualifications/Experience ( Note: At least five (5) years of experience as a General Contractor with expertise in upgrade of electrical requirements as specified in this statement of work (SOW). The plans and materials must meet the standards cited in this SOW ) Factor 3 - Past Performance (Two (2) Projects that involve electrical upgrade) Factor 4 - Price Technical approach and Past performance when combined are slightly more important than price. The date and time set for receipt of offer is April 28, 2016, no later than 2:00PM, Eastern Time. Quote shall be submitted to Judy Bowers, Contracting Officer at judy.bowers@dot.gov. In accordance with FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visits are as follows: April 13, 2016, at 9:00am; and April 15, 2016, at 10:30am Please contact the facility to find out what day you will be attending the site visit and so that the proper security arrangements may be made. Paul Buhse buhnep@usmma.edu (510) 726-5901 Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 All questions regarding this solicitation shall be submitted via email to judy.bowers@dot.gov, no later than April 15, 2016. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA91Q1600013/listing.html)
 
Record
SN04092691-W 20160424/160422234052-5ec2d584bdde0befd866a2d03204094c (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.