Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2019 FBO #6460
SOLICITATION NOTICE

J -- Replace Hydrostation-Ochopee FL

Notice Date
7/30/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NPS, SER - South MABO<br />40001 SR 9336<br />Homestead<br />FL<br />33034<br />US<br />
 
ZIP Code
33034
 
Solicitation Number
140P5419Q0044
 
Response Due
8/20/2019
 
Archive Date
9/20/2019
 
Point of Contact
Stefanos, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5419Q0044 Posted Date: 30 Jul 19 Response Date: 20 Aug 19 Product or Service Code: J043 (Maintenance and Repair of Pumps & Compressors) Set Aside: Total Small Business NAICS Code: 811310-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, Effective 20 December 2018. This is a small business set-aside and the associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5M. This Acquisition may result in a firm fixed price contract. Place of Performance: Big Cypress National Preserve, Ochopee, FL 34141 The South Major Acquisition Buying Office (MABO) in South Florida, is seeking to procure repair services for a hydrologic monitoring station and possibly a walkway to the remote location (the walkway repair is an ¿optional ¿ line item and may be included in the order if funding permits.) The U.S. Department of Labor Service Contract Labor Standards Wage Determination for Collier County, FL, Decision Number WD 2015-4545 (Rev.-10) posted on www.wdol.gov dated 06/16/2019 is applicable to this combined synopsis/solicitation. This synopsis page combined with the posted Standard Form 18 and the Statement of work (with photos) make a complete solicitation package. Ensure to submit the completed SF 18 with your quote. Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16 This Acquisition may result in a firm fixed price purchase order. All interested companies shall provide a quote for the following: Services: L/I Description Qty U/I Unit Price Total Price 0010 Hydrostation Repair 1 job _________ ___________ 0020 Walkway Repair (Optional) 1 job _________ ___________ The performance period is anticipated to be 08/20/2019 through 01/17/2020. If you feel there is a more realistic period of performance, please provide with your offer. SITE VISIT: N/A (See attached photos and area layout) 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: 1. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) 2. FAR 52.212-2, Evaluation - Commercial Items (Jan 2017) 3. FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (Oct 2018) 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 following contract clauses apply to this acquisition: -FAR 52.212-4,Contract Terms and Conditions-Commercial Items (Jan 2019) -FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) The following subparagraphs of FAR 52.212-5 are applicable: Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management) 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage-Fringe Benefits 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 E.O. 13706 52.217-5, Evaluation of Options 52.217-9, Option to Extend the Term of the Contract 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop-Work Order 52.242-17, Government Delay of Work DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, itemized description, period of performance, percentage of work done and price. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause) 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 1452.236-71 Additive or Deductive Items-Department of the Interior (JUL 1996) So that the Government may obtain the most desirable features of work within the limit of its funds available at time of bid evaluation, award may be made to the bidder having the lowest total of the base bid and a combination of additive and deductive items. All bids shall be evaluated on the basis of the same additive and deductive bid items using the order of priority of the items listed in the schedule. (End of provision) EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. Your company must not be excluded from conducting business with the federal government and must provide verification of rectifying any delinquency of any federal debt. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on August 15, 2019 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote. You must also include your best completion date after receipt of an order along with a brief statement of your technical approach to this project and at least 3 projects performed by the prime contractor demonstrating successful experience performing work similar to this contract. Include a brief description of the project, contract # and e-mail address of contracting officer or customer. All quotations shall be submitted via email to Mary_Stefanos@nps.gov no later than 10am ET on Aug 20, 2019. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on Aug 20, 2019). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation. Attachments: SF18 Statement of Work (SOW) with photos Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5419Q0044/listing.html)
 
Place of Performance
Address: Big Cypress Nat'l Preserve<br />Ochopee<br />FL<br />34141<br />USA<br />
Zip Code: 34141
Country: USA
 
Record
SN05386259-F 20190801/190730230054 (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.