Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2016 FBO #5298
MODIFICATION

61 -- GENERATOR COMPETITION PR

Notice Date
5/24/2016
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
 
ZIP Code
00000
 
Solicitation Number
A16PS00556
 
Response Due
5/24/2016
 
Archive Date
6/8/2016
 
Point of Contact
Sara Watkins
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
AMENDMENT 2: THIS SOLICITATION HAS BEEN CANCELED. AMENDMENT 1: Questions and Responses Please schedule a site visit to answer any questions regarding this solicitation. Below are questions and responses to this solicitation. IT IS HIGHLY RECOMMENDED TO SCHEDULE A SITE VISIT. 1. The purpose of this statement of work is to install a supplied 200kw generator at the Office of Justice Services (OJS), Office of Justice Services (OJS) Anadarko Agency with a permanent generator. a. Are specs available of the Generator to be supplied? Kohler Power System - model 200REOZJD 2. Provide construction fencing to act as a barrier between the public and employees from the generator a. Will temporary chain link fencing be acceptable Yes b. Does the temporary construction fence require a visual isolation barrier to restrict visibility during construction? No c. Is a permanent fence required at completion of construction? Yes 3. The engine shall be equipped with electric heater for maintaining the coolant temperature between 32-38 Â °C (90-100 Â °F), or as recommended by the manufacturer. Install thermostatic controls, contactors, and circuit breaker-protected circuits for the heaters. The heaters shall operate continuously except while the engine is operating or the water temperature is at the predetermined level. 2. The day tank shall have capacity to supply fuel to the engine for a //48-hour// period at 100% rated load without being refilled, including fuel that is returned to the main fuel storage tank. The calculation of the capacity of each day tank shall incorporate the requirement to stop the supply of fuel into the day tank at 90% of the ultimate volume of the tank. a. Does the supplied Generator have this included? No b.Is remote monitoring required or are the alarms only local at the Generator? Yes, remote monitoring required SOUND-ATTENUATED ENCLOSURE 2. The engine generator and related equipment shall be housed in an outdoor weatherproof enclosure. a. Does the supplied Generator include the required enclosure and the accessories as listed in the SOW? No, must be provided by vendor. ALL QUESTIONS REGARDING THIS SOLICITAITON SHALL BE SUBMITTED VIA EMAIL TO sara.watkins@bia.gov No phones Please. Please cite solicitation number A16PS00556 This procurement is being set aside for 100% Native American Owned Small Businesses: NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE - Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your, you must complete and return Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your, you must complete and return DIAR Clause 1452.280-4 (see attached). The associated North American Industry Classification System code (NAICS) is 335312 and the size standard is 1250 number of employees. 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; quotes are being requested and a written solicitation will not be issued. The Bureau of Indian Affairs (BIA) Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ) Evaluation will be based on lowest price technically acceptable for the offer that meets the listed specifications. Invoices shall be submitted through Invoicing Processing Platform, for more information, please visit www.ipp.gov EMAIL QUOTES TO sara.watkins@bia.gov by or before the closing date of Wednesday June 1, 2016. Please cite solicitation number A16PS00556 in subject. NO late quote will be accepted. This is a Brand Name or Equal requirement, if submitting "or Equal" quotes then vendors must provide documentation that provides enough information to verify that the item is indeed "Equal". DELIVERY ADDRESS: Bureau of Indian Affairs, Office of Justice Services, Anadarko Agency, Bureau of Indian Affairs, Hwy 281 N. and Parker McKenzie Rd. Anadarko, OK 73005 STATEMENT OF WORK Generator Installation The purpose of this statement of work is to install a supplied 200kw generator at the Office of Justice Services (OJS), Office of Justice Services (OJS) Anadarko Agency with a permanent generator. The generator is required in order for the OJS facility to remain in operation during power outages and other emergencies. The work under this statement of work is for supply and connection of a permanent back-up generator to be located adjacent to the west side of the Anadarko Agency building. All work shall comply with the current version of NFPA 5000. Job site safety and worker safety is the responsibility of the Contractor. Back-up Generator 1. Provide all wiring, conduit, boxes, work, and appurtenances necessary for installing supplied generator and connecting (2) 600 amp transfer switches from generator to the existing power supply. 2. Pouring of concrete pad to support the generator. 3. Contractor to provide sketch of proposed routing and location of conduit, boxes, etc. 4. Contractor to provide shop drawings/cut sheets of major systems/parts for review and approval prior to installation. 5. Once sketches and drawings are complete, coordination will be made with BIA OJS and the Anadarko Agency Superintendents Office to solicit feedback/final approval for installation location and configuration. 6. The engine shall be able to start in outdoor settings operating within the expected winter ambient temperatures in Anadarko, Oklahoma while using the fuel oil specified by the manufacturer without the use of starting aids such as glow plugs and ether injections. 7. The engine shall be equipped with electric heater for maintaining the coolant temperature between 32-38 °C (90-100 °F), or as recommended by the manufacturer. Install thermostatic controls, contactors, and circuit breaker-protected circuits for the heaters. The heaters shall operate continuously except while the engine is operating or the water temperature is at the predetermined level. 8. All electrical work shall comply with the requirements of NFPA 70 (NEC). a. For work that affects existing electrical systems, arrange, phase and perform work to assure minimal interference with normal functioning of the facility. b. New work shall be installed and connected to existing work neatly, safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions. c. Coordinate location of equipment and conduit with other trades to minimize interference of day to day operations of the Anadarko Agency. 8. Provide construction fencing to act as a barrier between the public and employees from the generator and to restrict access to the generator. 9. The generator will be installed level and securely anchored in accordance with the manufacturer ¿s written instructions with the manufacturers recommended clearances. 10. Generator will be tested for proper operation upon the completion of each installation. 11. CLEANUP Remove construction debris, waste materials, packaging material and the like from the work site daily. Any dirt or mud which is tracked onto paved or surfaced roadways must be cleaned away. Store any salvageable materials resulting from replacement activities within the immediate work area described above or at the supplemental storage area. Neatly stack stored materials not in trailers, whether new or salvaged. 12. After completion of the work, the contractor shall remove all temporary equipment. Any modifications to the building shall be restored to prior conditions or better. 13. This proposal will include 8 hours of troubleshooting labor as the supplied generator has not been protected from the elements during storage and may require some work to make it operational. Fuel Systems Shall comply with NFPA 37 and NFPA 30, and have the following features: Day Tank: 1. The generator shall be provided with a welded steel integral day tank with double-wall fuel containment. 2. The day tank shall have capacity to supply fuel to the engine for a //48-hour// period at 100% rated load without being refilled, including fuel that is returned to the main fuel storage tank. The calculation of the capacity of each day tank shall incorporate the requirement to stop the supply of fuel into the day tank at 90% of the ultimate volume of the tank. 3. Secure, pipe, and connect the tank adequately for maximum protection from fire hazards, including oil leaks. 4. Incorporate a vent, drain cock, shutoff cocks, and gauge glass. Terminate the vent piping outdoors with mushroom vent cap. 5. Incorporate a float switch on the day tank to control the fuel oil transfer pump and to actuate an alarm in the engine generator control cubicle when the oil level in the tank drops below the level at which the transfer pump should start to refill the tank. a. The float switch contacts controlling the fuel oil transfer pump shall be set to energize the pump when the liquid level in the tank reaches one-third of the total volume of the tank. b. The float switch contacts that actuate the low fuel oil day tank alarm device shall be set to alarm and energize the second fuel transfer pump when the liquid level in the tank reaches one-quarter of the total volume of the tank. c. Day tank and engine supply line elevations shall be below the elevation of the injector return outlet on the engine. SOUND-ATTENUATED ENCLOSURE 1. The engine generator and related equipment shall be housed in an outdoor weatherproof enclosure. 2. The enclosure shall be provided with a factory-installed and factory-wired panelboard, 20A 120V receptacles, and compact fluorescent light fixtures with guards and switches. 3. Enclosure shall be weatherproof and sound-attenuated (maximum 85 dBA at 1525 mm (5 feet) from any side, top and bottom to no more than 75 dBA when measured at 15 M (50 feet) horizontally from any part of the enclosure). Sound ratings shall be based on full load condition of engine generator in a single unit operation condition. 4. Airflow configuration shall be intake through rear of unit, and discharge air vertically up. Enclosure shall be suitable for winds up to 193 kmh (120 miles per hour) roof load shall be equal to or greater than 200 kg/sq m (40 pounds per square foot) Non-distributed loading as required. 5. The enclosure shall meet the following requirements: a. Radiator exhaust outlet shall be ducted through the end of the enclosure. b. All exterior surfaces shall be factory-painted with industrial enamel. c. Unit shall have sufficient guards to prevent entrance by small animals. d. Batteries shall fit inside enclosure and alongside the engine generator. Batteries under the generator are not acceptable. e. The muffler shall be mounted and thermally-insulated inside the enclosure. Quote must be good for 30 calendar days after close of solicitation. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. (End of provision) 1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013) (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or "Native" as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit, provided that: (i) The combined Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise; (ii) the Indians or Indian Tribes shall, together, receive at least a majority of the earnings from the contract; and (iii) the management and daily business operations of an Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in Subpart 1480.8. (b) General. (1) Under the Buy Indian Act, offers are solicited only from Indian economic enterprises. (2) BIA will reject all offers received from ineligible enterprises. (3) Any award resulting from this solicitation will be made to an Indian economic enterprise, as defined in paragraph (a) of this clause. (c) Required Submissions. In response to this solicitation, an offeror must also provide the following: (1) A description of the required percentage of the work/costs to be provided by the offeror over the contract term as required by section 1452.280-3, Subcontracting Limitations clause; (2) A description of the source of human resources for the work to be performed by the offeror; (3) A description of the method(s) of recruiting and training Indian employees, indicating the extent of soliciting employment of Indian persons, as required by DIAR 1452.226-70, Indian Preference, or DIAR 1452.226-71, Indian Preference Program, clause(s); (4) A description of how subcontractors (if any) will be selected in compliance with the "Indian Preference" or "Indian Preference Program" clause(s); (5) The names, addresses, and descriptions of work to be performed by Indian persons or economic enterprises being considered for subcontracts (if any) and the percentage of the total direct project work/costs they would be performing; (6) Qualifications of the key personnel (if any) that will be assigned to the contract; and (7) A description of method(s) for compliance with any supplemental Tribal employment preference requirements, if contained in this solicitation. (d) Required Assurance. The offeror must provide written assurance to the Indian Affairs that it will comply, or has, complied fully with the requirements of this clause. It must do this before Indian Affairs awards the Buy Indian contract, and upon successful and timely completion of the contract, but before the Indian Affairs Contracting Officer (CO) accepts the work or product. (e) Non-responsiveness. Failure to provide the information required by paragraphs (c) and (d) of this clause may cause Indian Affairs to find an offer non-responsive and to reject it. (f) Eligibility. (1) Participation in the Mentor-Protege Program established under section 831 of the National Defense Authorization Act for Fiscal Year 1991 (25 U.S.C. 47 note) does not render an Indian economic enterprise ineligible for contracts awarded under the Buy Indian Act. (2) If a contractor no longer meets the definition of an Indian economic enterprise after award, the contractor must notify the CO in writing. The notification must include full disclosure of circumstances causing the contractor to lose eligibility status and a description of any actions that the contractor will take to regain eligibility. Failure to give the CO immediate written notification means that: (i) The economic enterprise may be declared ineligible for future contract awards under this part; and (ii) Indian Affairs may consider termination for default if it is in the best interest of the government. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://acquisition.gov/far. CLAUSES INCORPORATED BY REFERENCE FAR 52.204-6 Data Universal Numbering System Number (JUL 2013) FAR 52.204-7 System of Award Management (JUL 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015) FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2015) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.204-14 Service Contract Reporting Requirements (JAN 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JAN 2014) FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-6 Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015) with Alternate I (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders? applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108 77 and 108 78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203 6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X (2) 52.203 13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203 15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111 5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204 10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2015) (Pub. L. 109 82) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204 14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111 117, section 743 of Div. C). X (8) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ¬ __ (14)(i) 52.219 6, Notice of Total Small Business Set-aside (Nov 2011) (15 U.S.C. 644). Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _X_ (25) 52.222 3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (27) 52.222 21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222 26, Equal Opportunity (Apr 2015) (E.O. 11246). _X_ (29) 52.222 35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X_ (30) 52.222 36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222 37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). __ (32) 52.222 40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (33)(i) 52.222 50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222 ¿50 (22 U.S.C. chapter 78 and E.O. 13627). _X_ (34) 52.222 54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off the shelf items or certain other types of commercial items as prescribed in 22.1803.) _X_ (38) 52.223 15, Energy Efficiency in Energy Consuming Products (DEC 2007) (42 U.S.C. 8259b). _X_ (39)(i) 52.223 16, Acquisition of EPEAT ® Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223 16. X (40) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (50) 52.232 33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203 13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (iii) 52.222 17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222 17. (iv) 52.222 21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222 26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222 35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222 36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222 37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) (ix) 52.222 40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause52.222 40. (x) 52.222 41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) __(A) 52.222 50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78and E.O 13627). (xv) 52.222 55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). (xvi) 52.225 26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226 6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226 6. END OF SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS00556/listing.html)
 
Record
SN04127480-W 20160526/160524234847-24d844b704bea24ae2364fbfd1ac4912 (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.