Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
DOCUMENT

J -- Replace Turbine Pumps @ Willamette National Cemetery - Attachment

Notice Date
8/29/2018
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration Pacafic;1301 Clay st, Sutie 1230 North;Oakland CA 94612-5209
 
ZIP Code
94612-5209
 
Solicitation Number
36C78618Q9670
 
Response Due
9/5/2018
 
Archive Date
9/6/2018
 
Point of Contact
Valentin Saucedo
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q9670 Posted Date: 08-29-2018 Original Response Date: 09-05-2018 Current Response Time: 10:00 AM(PST) Product or Service Code: J043 Set Aside: Small Business NAICS Code: 237110 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes that only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular The associated North American Industrial Classification System (NAICS) code for this procurement is 237110. The National Cemetery Administration Pacific District is seeking quotes from Small Business that are qualified to contract services to replace turbine pumps and raise concrete boxes at Willamette National Cemetery. Project Title: Willamette National Cemetery Replace Booster Pumps at Well #2 Project Location: Willamette National Cemetery, 11800 SE Mt. Scott Boulevard, Portland, OR 97086-6937 All work shall be performed in accordance with the Statement of Work contained here within. SCHEDULE OF SERVICES: Price/Cost Schedule CLIN No. Description: Est. Qty Frequency/Unit Unit Cost Est. Total Cost 001 Replace 10 HP Sub Turbine Pumpend, Motor, and Seal 2 Job $_________ $___________ 002 Replace 20 HP Sub Turbine Pumpend, Motor, and Seal 1 Job $________ $___________ 003 Replace and Pull Wire to Booster Pumps 1 Job $________ $___________ 004 Raise Concrete Boxes 2 Job $_________ $___________ Total Estimated Cost: $___________ For Site Visits email Valentin Saucedo @ valentin.saucedo@va.gov GENERAL SCOPE OF WORK: The Contractor shall furnish all labor, materials, equipment, services, and supervision to perform work to replace the booster pumps at well #2. Work will be accomplished in accordance with VA requirements, Federal, State, and Local Code requirements at Willamette National Cemetery (WNC), located in Portland, OR. All work will be conducted in such a manner as to minimize the impact on the cemetery operations. Submission of a schedule that minimizes the effect of normal operations on the cemetery shall be approved by the Contracting Officer s Representative (COR) and Cemetery Director prior to the start of work. Site work will be accomplished between the hours of 8:00 and 4:30, Monday through Friday; no work will be performed on Federal Holidays. All work will be coordinated with the COR. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. DESCRIPTION/STATEMENT OF WORK/SPECIFICATIONS Description: The water source for Willamette National Cemetery (WNC) are two wells with pump stations and city water with a pump station. All three sources are required to water the cemetery. One pump of three at Well #2 has locked up and the other 2 are tripping breakers. With one pump not working, there is more stress put on the other pumps, which are at the low end of their listed specifications. If the other two pumps stop working, the water source will not be adequate to run the irrigation system resulting in declining and loss of turf. The wires between the controllers and all the pumps require replacing. Multiple conductors have bad insulation and are allowing voltage to leak to ground. Continuing to use partially faulted conductors will lead to short motor life and possibly endanger personnel. Work to replace pumps will be done in a confined space. A pump derrick will be required to remove and install the pumps from the reservoir. The repair will require entering the reservoir and disconnecting all electrical and plumbing connections to the pumps, and remove the old well seals before removing the pumps and motors. The work in this project includes but is not limited to: Item 1: Replace 10 HP Sub Turbine Pumpend, Motor, and Seal A. Replace two 10 HP Subturbine Pumpends B. Replace two 10 HP 460 Volt, 3 PH, 6" Motors C. Replace two 8" x 3" Well Seals Item 2: Replace 20 HP Sub Turbine Pumpend, Motor, and Seal A. Replace one 20 HP Subturbine Pumpend B. Replace one 20 HP 460 Volt, 3 PH, 6" Motor C. Replace one 8" x 4" Well Seal Item 3: Replace and Pull Wire to Booster Pumps A. Replace and re-pull 10 wires (#6 THHN/THWN) to booster pumps through existing pipe Item 4: Raise Concrete Boxes A. Raise two 17" x 30" concrete boxes up 12 inches using extensions GENERAL REQUIREMENT General Notes: 1. Prior to submission of any bid, the Contractor shall perform a thorough field survey of the existing conditions and features. Verify at project site the exact dimensions, clearances and associated requirements of existing conditions to insure proper procurement and installation. Any site conditions which may cause significant deviation from the Statement of Work shall be brought to the attention of the COR for clarification prior to submission of the bid. 2. All utilities required for the continuous operation of all existing facilities must be maintained in service at all times. All work shall be coordinated with the COR. Work will be conducted in such a manner to minimize the impact on the Cemetery operations. 3. The Contractor shall obtain any necessary permits and cooperate with the utilities company/cemetery staff to avoid any damage or liability, and provide a safe work environment for his/her employees. The Contractor is responsible for damages to utilities, above and below ground. 4. The Contractor shall coordinate with the COR to store any required materials or supplies prior to and during the performance of work, (i.e., storage containers, construction fencing, and portable latrines) if required by the contractor for project execution. Public access to the National Cemetery shall not be impaired. 5. The Contractor shall assume sole responsibility for the safety of all persons on or about the construction site in accordance with applicable laws and codes. The contractor shall be in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and Division of Occupational Safety and Health (DOSH) and shall meet all safety requirements of the National Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. 6. The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship for a period of one year after the date of Final Acceptance by the Government. The Contractor hereby agrees to repair or replace all defects appearing in the work done under this contract to the satisfaction of the Government at no additional cost to the Government. 7. The Contractor shall repair and or replace any damage done to cemetery property to its prior existing condition when altered or damaged by the Contractor at no additional cost to the Government. (e.g., damage to turf, water utilities, headstones, curbs, and pavements.) 8. All debris shall be removed from the site by the Contractor, at the Contractor s expense, including all dump fees. Debris shall not be allowed to accumulate at the site; debris shall be removed daily. 9. The contractor shall make all attempts to minimize disruption to cemetery activities. 10. Completion Time: Sixty days (60) calendar days from date of issuance of Notice to Proceed (NTP). - End of Statement of Work Award shall be made to the quoter, whose quotation for award, such as "offers the best value to the government, considering technical capability, past performance, and price."] The government will evaluate information based on the following evaluation criteria: "(1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors. Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the item offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed products meet the Government requirement instead of predetermined sub factors. Solicitations for commercial items do not have to contain sub factors for technical capability when the solicitation adequately describes the item s intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in 13.106 or Subpart 15.3, as applicable. The contracting officer shall ensure the instructions provided in the provision at 52.212-1, Instructions to Offerors Commercial Items, and the evaluation criteria provided in the provision at 52.212-2, Evaluation Commercial Items, are in agreement. Select the offer that is most advantageous to the Government based on the factors contained in the solicitation. Fully document the rationale for selection of the successful offeror including discussion of any trade-offs considered The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.\ The Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: FAR 52.217-8, Option to Extend Services (Nov 1999) *30 calendar days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) * 30; 60; Five years FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) https://www.wdol.gov/ All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Small Business set-aside for services as defined herein.    The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Purchasing Agent: Valentin Saucedo @ valentin.saucedo@va.gov NLT September 05, 2018, by 10:00 AM (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail to; valentin.saucedo@va.gov Work Number: (510-637-6288). End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9670/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9670 36C78618Q9670.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4568769&FileName=36C78618Q9670-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4568769&FileName=36C78618Q9670-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05062721-W 20180831/180829231655-76b112040085695eba6665c97da0cd23 (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.