Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2017 FBO #5592
MODIFICATION

41 -- CBP JTF-W Building 44 HVAC

Notice Date
3/14/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-17-T-JTF1
 
Archive Date
4/11/2017
 
Point of Contact
Alice Austin, Phone: 8178861267
 
E-Mail Address
alice.m.austin@usace.army.mil
(alice.m.austin@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
EMAIL ALICE.M.AUSTIN@USACE.ARMY.MIL TO REQUEST SPECIFICATIONS DUE TO FBO TECHINCAL ISSUES (i) 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. (ii) This solicitation number W9126G-17-T-JTF1 is issued as a request for quotation (RFQ). (iii) This announcement incorporates provisions, and clauses current through the Federal Acquisition circular (FAC) 2005-94 and Defense FAR Supplement Publication Notice (DPN) 20161222. (iv) This acquisition is a total Women Owned Small Business (WOSB) Set-aside under FAR Subpart's 19.5 - "Set-Asides for Small Businesses" and 19.15 - "Women Owned Small Business Programs". The North American Industry Classification System (NAICS) code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with a size standard of $15,000,000. (v) The United States Army Corps of Engineers, Fort Worth, Texas, intends to award one firm fixed-price commercial purchase order. (vi) Description: CBP JTF-W Building 44 HVAC. Removal of existing single mini-split HVAC system (9,000B nominal, SLZ-KA09NA/SUZ-KA09NA) with roof mounted Condensing unit; to be replaced with installation of dual, cooling only, mini-split systems (24,000B nominal each). Work to be performed in accordance with the attached specifications. Place of Performance: Fort Sam Houston, San Antonio, Texas. (vii) All Work must be completed within 60 calendar days of acceptance of the purchase order. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, with addenda, applies to this acquisition. (ix) Provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision is: (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. The following factors shall be used to evaluate offers: Experience: Submit completed Experience Form (Attachment) identifying experience of similar size and scope to this requirement: (+/- $50k) with A/C systems in LAN Room applications performed within the past three years. Past Performance: Information obtained from the Past Performance Information Retrieval System (PPIRS) or any other source determined by the Contracting Officer Price Note: All non-price factors, when combined, are significantly more important than price. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alt 1 with its offer. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, with addenda, applies to this acquisition. (xii) Clause at 52.212-5, Deviation, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses are applicable to the acquisition: 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 (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 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 (End of Clause) Provision (P) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 --Commercial and Government Entity Code Reporting (P) 52.204-18 -- Commercial and Government Entity Code Maintenance (P) 52.204-19 - Incorporation by Reference of Representations and Certifications 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 - Instructions to Offerors- Commercial Items (P) 52.212-4 - Contract Terms and Conditions-- Commercial Items 52.219-28 - Post-Award Small Business Program Representation 52.219-30 - Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (P) 52.222-3 -- Convict Labor 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-41 -- Service Contract Labor Standards 52.222-50 -- Combating Trafficking in Persons 52.222-62 - Paid Sick Leave Under Executive Order 13706 52.223-2 -- Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.223-15 --Energy Efficiency in Energy-Consuming Products 52.223-17 -- Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18 -- Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-1 - Payments 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors 52.237-1 - Site Visit 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.246-25 -- Limitation of Liability - Services 52.247-12 -- Supervision, Labor, or Materials 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials (P) 252.203-7994 -- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (P) 252.203-7995 -- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls (P) 252.204-7011 - Alternative Line Item Structure (P) 252.204-7012 -- Safeguarding of Unclassified Controlled Technical Information 252.204-7015 -- Disclosure of Information to Litigation Support Contractors 252.211-7003 -- Item Unique Identification and Valuation 252.213-7000 -- Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.223-7008 -- Prohibition of Hexavalent Chromium 252.225-7001 -- Buy American Act and Balance of Payments Program 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 -- Transportation of Supplies by Sea (C) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Nov 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (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 Contractor's 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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). (ii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non displacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (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 (Feb 2016) (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 clause 52.222-40. (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 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) (E.O. 13658). Per Court Injunction dated 24 Oct 2016 and OMB memo dated 25 Oct 2016 do not implement the following until further direction. (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xviii) 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). (xix) 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. (xx) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-42 - Statement of Equivalent Rates (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits HVAC Mechanic $25.50 - $12.00 Laborer $12.50 -- $4.00 (End of Clause) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES. (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Part 201) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) (xiii) Additional contract requirement(s) or terms and conditions: System for Awards Management (SAM). All offerors must be registered in SAM. If not currently listed in SAM. Registration may be accomplished at https://www.sam.gov/portal/public/SAM/. Wage Decision 15-5253, Revision 1 is applicable to this award for the incidental installation. The HVAC system and installation must be completed in accordance with the attached Technical Specifications. (xiv) Defense Priorities and Allocations System (DPAS) rating is not applicable. (xv) Offers are due in electronic format either delivered on disk to Alice Austin, 819 Taylor St, 2A19, Fort Worth, TX 76102 or emailed to alice.m.austin@usace.army.mil by 2:00 PM Central Time on 27 March 2017. (xvi) The name and telephone number of the individual to contact for information is Alice Austin, 817-886-1267. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-03-13 16:09:49">Mar 13, 2017 4:09 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-03-14 11:04:01">Mar 14, 2017 11:04 am Track Changes SITE VISIT A site visit has been scheduled for Thursday, 16 March 2017 at 9:00 AM local time. The site location is 1400 E. Grayson St., San Antonio, TX 78208. The site visit point of contact is Kevin Franks, phone 210-296-7565 or 210-295-3906. EMAIL ALICE.M.AUSTIN@USACE.ARMY.MIL TO REQUEST SECIFICATIONS DUE TO FBO TECHNICAL ISSUES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-T-JTF1/listing.html)
 
Place of Performance
Address: Fort Sam Houston, San Antonio, Texas, United States
 
Record
SN04434910-W 20170316/170314234819-425a22392273ca9471a3afb120307d35 (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.