SOLICITATION NOTICE
Y -- Swine Generator
- Notice Date
- 6/12/2017
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Agricultural Research Service - Plains Area
- ZIP Code
- 00000
- Solicitation Number
- AG-6538-S-17-0050
- Archive Date
- 7/12/2017
- Point of Contact
- Donita J. Furman, Phone: 402-762-4145
- E-Mail Address
-
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, ARS, US Meat Animal Research Center, has a requirement to install an emergency generator system in the swine area at the USDA, ARS, US Meat Animal Research Center, Clay Center, NE. The successful contractor shall be responsible for providing all labor, material, equipment and performing all work to install an emergency generator system in the swine area so that all buildings in this area shall be fully operable upon a loss of utility electrical service. The transfer from utility power to generator power shall be done automatically and shall return to utility power automatically upon restoration of utility power. The work includes, but is not limited to the following: Installation of 3 pad mounted emergency generators with generator locations as shown on the Drawings, installation of all automatic transfer switches, conductors, controllers, panel boards, conduit and all other material for a completely operable, automatic emergency electrical power System, connection to existing utility service electrical to swine buildings as shown on the drawings, all trenching and back fill of conductors from generators/panel boards to automatic transfer switches and any other trenching and backfill to complete the project, concrete pads for generators and panel boards as approved by manufacturer, installation of additional pole mounted disconnect switches as shown, installation of pole mounted advanced electrical meters as shown, all wiring, conduit, wire protection devices, etc. for a completely operable, and safe system, installation of panel boards with properly sized breakers, all wiring between generators, panel boards, controllers, automatic transfer switches, utility power, etc., Commissioning: Complete commissioning shall be performed by factory trained and experienced start-up personnel, Training: Training of location personnel as necessary for complete maintenance and operation of system, contractor shall provide temporary generators as needed any time buildings are taken out of service for this project, If there is anything indicated for the project in the design documents that isn't compatible with contractor's supplier's equipment, the contractor shall still be responsible for providing all necessary equipment and material for the generators and generator systems to function as intended, contractor shall return after one year upon completion of project to fully test operation of generators and associated equipment. It is required that any personnel entering a swine building will be required to "shower in" at the location shower facility which is located on the north end of the swine area. All materials as specified and the proper installation of all material in accordance with the terms, conditions and specification/statement of work contained in the solicitation documents. Solicitation number is AG-6538-S-17-0050 and will be issued as a Request for Proposals (RFP), and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-94. This acquisition is a Total Small Business set-aside. The contract performance period is 120 days from the Notice to Proceed date. A pre-bid/site visit will be scheduled and information provided in the solicitation package. A firm-fixed price contract will be awarded. Contractors are required to register or update their registration at the System for Award Management (SAM) website at www.sam.gov in order to receive a contract award under this solicitation. Payment, Bid and Performance Bonds will be required after contract award. All interested responsible sources may submit a written quote which shall be considered by the agency. The type of solicitation will be Best Value, Low Price Technically Acceptable (LPTA) with no trade-offs. The North American Industry Classification System (NAICS) Code is 238210 and the small business size standard is $15.0 million. Magnitude of proposed construction is between $500,000 and $750,000. The complete solicitation package and related documents will be posted on the FedBizOpps Website: http://www.fbo.gov on or about June 28, 2017. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1436040358a82275f7bf4f99f8e08257)
- Place of Performance
- Address: State Spur 18D Bldg 1, Clay Center, Nebraska, 68933, United States
- Zip Code: 68933
- Zip Code: 68933
- Record
- SN04541141-W 20170614/170612234818-1436040358a82275f7bf4f99f8e08257 (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 |