Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2017 FBO #5745
SOLICITATION NOTICE

C -- Electrical Infrastructure Upgrade - Solicitation

Notice Date
8/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
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
693JF717R00026
 
Archive Date
9/28/2017
 
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
Evaluation Factors and Criteria Electrical Drawings SOW Specifications Solicitation This solicitation is for to acquire a qualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision to performing, installing, furnishing and supplying all materials, equipment, labor and incidentals necessary or convenient for the construction of USMMA Electrical Infrastructure Upgrade USMMA Project and carrying out all of the duties and obligations imposed upon the Contractor by the Contract Documents. CONTRACTOR'S USE OF PREMISES A. Limit use of premises to allow: 1. Owner occupancy. 2. Work by others and work by Owner. 3. Work sequence to allow use of premises. B. Contractor shall clearly describe how their work will interfere with campus use and place and location of supporting equipment so that the USMMA can understand how the site access might be limited and for how long. 1.03 SCHEDULING A. The work of this project will be performed in 365 consecutive calendar days. B. Electrical Contractor is responsible for scheduling and coordination between all trades. 1.04 SCOPE OF WORK A. The work to be done under the Contract, in accordance with the Contract Documents, consists of performing, installing, furnishing and supplying all materials, equipment, labor and incidentals necessary or convenient for the construction of USMMA 15KV Electrical Infrastructure Upgrade USMMA Project and carrying out all of the duties and obligations imposed upon the Contractor by the Contract Documents. B. The main features of the work shall include, but not be limited to the following: 15KV ELECTRICAL INFRASTRUCTURE UPGRADE 01 00 00-2 USMMA -KINGS POINT, NY GENERAL REQUIREMENTS 1. Phasing: The project shall be phased so that no portion of the facility experiences interruption of services during normal business hours. A detailed scheduling and phasing sequence is provided on Drawing E-001 and consists of 8 distinct phases with multiple sub-phasing requirements. 2. Demolition, abatement and hazardous materials removals. 3. Provide structural support for new pre-fabricated utility building 4. Provide new pre-manufactured enclosure for the primary distribution board as described on drawings and in the specifications under Alternate#1 5. Disconnect and replace existing 13.2KV service and distribution switchboards. 6. Disconnect and replace existing pad mounted transformers where indicated on drawings. 7. Disconnect and replace existing 15KV feeders as indicated on drawings. 8. Coordinate all tasks required for equipment disconnection and removal with the utility Company (See the Statement of Work and Specifications for full description) The solicitation number 693JF717R00026 for the Electrical Infrastructure Upgrade. This is being issued as a Request for Proposals (RFP) The USMMA is an agency of the Maritime Administration (MARAD) managed by the United States Department of Transportation and listed on the National Register of Historic Places. Therefore, all work shall be consistent with the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR part 68) http://www.nps.gov/tps/standards/four-treatments/treatment-guidelines.pdf. All work shall meet or exceed the standards provided in the Secretary of the Interior's Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. The package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award. Past performances from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation (AGAR )452.219-70 Size Standard and NAICS Code Information: Set-Aside/Size Standards: This Solicitation is a set-aside for Small Business Concerns Only The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: Bids will be accepted from Small Business concerns under NAICS Code 237130 Power and Communication Line and Related Structure Construction The Small Business Standard is $36.5 Million The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: Technical Qualifications Past Performance Price (See attached Evaluation Criteria) Quoters must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. Selection of an A&E firm will be in accordance with The Books Act (Public Law 92-582) and FAR Part 36.6. Proposals are being requested with this notice. Only the most highly qualified firm will be invited to submit a proposal. The Statement of Work is attached for reference purpose only and the ultimate award of this requirement is subject to the availability of FY 2015 funds. In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html Description of requirements for the items to be acquired: Firm Fixed Priced requirement for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work. Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies). Provide an estimated period of performance to complete each project. 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 dates will be between August 28, 2017, to September 8, 2017. Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. Edward Kaja 516-726-5903 kajae@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. Submit all questions regarding this requirement via email to judy.bowers@dot.gov no later than August 25, 2017. The date and time proposals are due: 10:00am September 13, 2017. Proposals should be mailed to: Judy Bowers Sr. Contracting Officer U. S. DOT/Maritime Administration Office of Acquisition (MAR-380) 1200 New Jersey Avenue, SE Room W26-418 Washington, DC 20590 FOB: Destination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF717R00026/listing.html)
 
Place of Performance
Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN04626680-W 20170816/170814231419-76dbff35c825e475aea3545a48380724 (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.