Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

N -- Replacement of Lowell National Historical Park�s Trolley System�s Power Substation

Notice Date
5/6/2020 5:55:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G620Q300059
 
Response Due
5/18/2020 11:30:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
David J. Berger, Phone: 617-494-3470, Fax: 617-494-3024, Daniel J. Leone, Phone: 6174942128, Fax: 6174943024
 
E-Mail Address
david.berger@dot.gov, daniel.leone@dot.gov
(david.berger@dot.gov, daniel.leone@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G620Q300059 is issued as a Request for Quotation (RFQ). This solicitation is being conducted in accordance with the policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, and specifically, FAR Part 13.5, Simplified Acquisition Procedures exception for commercial items over the SAP threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 with an effective date of 30 March 2020. This procurement is being solicited under NAICS code 237130 Small Business size standard $39.5 million. This Combined Synopsis/Solicitation is being issued as competitive Small Business set-aside. The PSC will be N059. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, has a requirement to replace the Lowell National Historical Park�s Trolley System Power substation. The contractor is required to provide all requested supplies and services in accordance with the attached Statement of Work and Instruction Conditions and Notice to Offeror.� All equipment that will be provided must meet the Buy American statute and its revisions under FAR Subpart 25.100.� The contractor is required to provide parts, labor and equipment necessary to perform all services in accordance with the attached Statement of Work, Instructions Conditions and Notice to Offeror and Service Contract Act Wage Determination in contractor�s city/town, state for Occupation Codes 23160 - Electrician Maintenance, 23181 - Electronics Technician Maintenance I, 23182 - Electronics Technician Maintenance II, 23183 - Electronics Technician Maintenance III. � REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable proposal in accordance with the Instructions, Conditions and Notice to Offerors attached. �The Offeror�s price quotation shall include a firm fixed price for the labor, equipment and tests identified in the SOW.� There are three CLINs with in this contract action; �Procurement and Delivery of new Power substation to Lowell National Historic Park Removal of existing and installation of new power substation.� Includes Health and Safety Plan �Testing of Newly Installed Power Substation and new testing procedures All Offerors shall complete and submit the pricing sheet that has been attached to this Combined Synopsis/Solicitation for an acceptable offer.� The Offerors will provide test procedures for the components being installed and test as well. � BASIS FOR AWARD An award will be made to the responsive and responsible Offeror whose offer, conforming to this Combined Synopsis/Solicitation, is determined to offer the Best Value to the Government in terms of: 1) technical approach and acceptability, 2) experience and 3) price. �It is the Government's intent to award a FIRM FIXED PRICE purchase order based upon initial offers without entering into discussions or negotiations (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price standpoint, reflecting any available discounts. While it is the Government's intent to make award based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussions. � Order of Importance The 1) technical evaluation criteria that are addressed in the Technical Proposal are considered most important.� 2) Experience will come next in order of review.� 3) Price will be last of importance in the selection of the contractor for award.� When the Technical Proposals are evaluated as essentially equal, the quoted price may become the determining factor in making awards. Evaluation Criteria The Offeror�s proposal will be evaluated in terms of the following criteria: 1)� �Technical Acceptability a)� Technical Approach b)��Schedule c)� Testing 2)� �Prior experience 3)�� Price Technical Acceptability Technical acceptability of the Offeror�s proposal will be evaluated based on the following: Technical Approach - The Offeror�s technical capability to satisfy the requirements of the SOW as demonstrated by its written technical approach; Schedule - The Offeror�s turnaround time for installation, permit process and test will be evaluated. Testing identified in the SOW.� The contractor will provide test procedures for the components being installed and test as well.� Examples of testing are attached for your review.� Prior Experience Prior Experience - The Offeror�s relevant work experience in the following areas as demonstrated by its prior experience: Ability to replace and install electric power substation; Ability to hook power substation into the power system; Ability to test power substation within system that is in Volpe requirements spelled out in the Statement of Work. Resume� for workers. Price The Offeror�s quoted price will be evaluated based on price that have been disclosed on the attached pricing list that all Offerors are required to fill out per this announcement.� The price will be broken down per the CLINs and added together as total price proposed. � Offeror�s will be evaluated based on strengths, weaknesses, and probability of deficiency to be corrected, for each of the technical evaluation criteria.� The corresponding narrative definition for the ratings of Exceptional, Acceptable, Marginal and Unacceptable are provided below. Rating������������������ Definition������������������������������������������� Exceptional������� Exceeds evaluation standards; has high probability of satisfying the requirement; and has no significant weaknesses. Acceptable�������� Meets evaluation standards; has good probability of satisfying the requirement; and any weakness can be readily corrected. Marginal������������� Fails to meet evaluation standards; or has low probability of satisfying the requirement; or has significant deficiencies but correctable.� Unacceptable��� Fails to meet a minimum requirement; and deficiency requires a major revision to the proposal to make it correct.� ��������������������������� � NOTICE TO OFFERORS The Offeror�s proposal shall be prepared in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items incorporated by reference, Instructions, Conditions and Notice to Offeror (attached) and the all other instructions included in this solicitation. FAR 52.212-2, Evaluation- Commercial Items applies to this acquisition and is incorporated by reference All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (the complete provision is provided in an attachment).� An Offeror shall complete only paragraph�(b) of this provision if the Offeror has completed the annual representations and certifications electronically using the System for Award Management (SAM) accessible via http://www.Sam.gov.� If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs�(c) through (o) of this provision.� All Contractors must be registered in SAM in order to receive an award from a DOT Agency. �The Government intends to award a single purchase order) on a firm-fixed price basis as a result of this solicitation, subject to receipt of an acceptable proposal. FAR Clauses and Provisions 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Providing Accelerated Payments to Small Business Subcontractors are hereby incorporated by reference.� Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.209.6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-50, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-18 and 52.232-33. Note � The complete clause is attached to this notice and will be included in full text in any resultant contract at time of award. � Transportation Acquisition Regulation clause TAR 1252.223-73 Seat belt use policies and programs is hereby incorporated by reference. � This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.� All questions regarding this solicitation shall be received only via email by the Contracting Officer not later than 12 May 2020, at 11:59 pm ET.� The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: David J. Berger, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted and accepted only�via e-mail to david.berger@dot.gov by closing date of 18 May 2020. �No telephone requests will be honored. The Government will not pay for any information received.� It is anticipated that any award resulting from this combined synopsis/solicitation will be made on or about 29 May 2020. (End of provision) ADDITIONAL FAR PROVISIONS INCORPORATED BY FULL TEXT: FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is ? is not ? a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is ? is not ? a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) � ADDITIONAL FAR CLAUSES INCORPORATED BY REFERENCE: 52.202-1 Definitions. 52.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-6_Alternate I 52.203-7 Anti-Kickback Procedures. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-19 Incorporation by Reference of Representations and Certifications. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.216-24 Limitation of Government Liability. 52.216-25 Contract Definitization. 52.216-25_Alternate I 52.222-17 Nondisplacement of Qualified Workers. 52.222-50 Combating Trafficking in Persons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.225-13 Restrictions on Certain Foreign Purchases. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-1 Payments. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award. 52.233-3_Alternate I 52.233-4 Applicable Law for Breach of Contract Claim. 52.244-6 Subcontracts for Commercial Items. TAR CLAUSES INCORPORATED BY REFERENCE: 1252.237-70 Qualifications of Contractor Employees (APR 2005) 1252.242-72 Dissemination of Contract Information (OCT 1994) The FAR and TAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far and http://www.dot.gov/administrations/assistant-secretary-administration/transportation-acquisition- regulation-tar CONTRACT ADMINISTRATION RESPONSIBILITIES Contracting Officer (CO): The CO has the overall responsibility for this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details, and/or delivery schedules. However, the CO may delegate certain other responsibilities to his/her authorized representatives. The CO is: David J. Berger Department of Transportation Volpe National Transportation System Center 55 Broadway Cambridge, MA 02142-1001 617-494-3470 david.berger@dot.gov Contracting Officer�s Representative (COR): A COR will be designated by the CO for each contract award in accordance with TAR Clause 1252.242-73 (hereby incorporated by reference). The responsibilities of the COR include, but are not limited to, inspecting and monitoring the Contractor�s work; determining the adequacy of performance by the Contractor in accordance with the terms and conditions of this contract; acting as the Government�s representative in charge of work at the site to ensure compliance with contract requirements in so far as the work is concerned; and advising the CO of any factors which may cause delay in performance of the work. The COR does not have the authority to make new assignments of work or to issue directions that cause an increase or decrease in the price of this contract or otherwise affect any other contract terms. PERFORMANCE EVALUATIONS In accordance with FAR Subpart 42.15; Contractor Performance Information, the Government shall prepare evaluations of Contractor performance for contracts that exceed $150,000. Performance evaluations will be accomplished at the completion of the of contract performance. The Government uses the Contractor Performance Assessment Reporting System (CPARS) as the primary method to complete evaluations (www.cpars.gov). Completed past performance evaluations may be accessed in the Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov. The Contractor is required to register in CPARS and shall have 14 calendar days in which to respond to Government comments. The Government will consider any comments provided by the Contractor before finalizing a past performance evaluation and will attach the Contractor�s comments to the final report. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) �Covered telecommunications equipment or services�, �Critical technology�, and �Substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Prohibition. Section 889(a) (1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. Representation. The Offeror represents that� It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. Disclosures. If the Offeror has responded affirmatively to the representation in paragraph of this provision, the Offeror shall provide the following information as part of the offer All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49f3722271aa4073a0949e5aa594e5ff/view)
 
Place of Performance
Address: Lowell, MA 01852, USA
Zip Code: 01852
Country: USA
 
Record
SN05647799-F 20200508/200506230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.