Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2020 SAM #6782
SOLICITATION NOTICE

61 -- 129JGP20Q0105 Mono Basin 202 PV System Repair

Notice Date
6/22/2020 1:15:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USDA FOREST SERVICE NEVADA CITY CA 95959 USA
 
ZIP Code
95959
 
Solicitation Number
129JGP20Q0105
 
Response Due
7/8/2020 3:00:00 PM
 
Archive Date
07/23/2020
 
Point of Contact
Robert Briney, Phone: 5304786120, Fax: 5304786126
 
E-Mail Address
robert.briney@usda.gov
(robert.briney@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A second site visit has been added.�� A second Government lead site visit is scheduled for June 24th 2020 at 11:00 A.M. PST meeting at Mono Basin Scenic Area Visitor Center located in Lee Vining.� A contractor must attend one of the site visits to submit a quote for this requirement. Email Robert.briney@usda.gov if you plan on attending either site visit. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number 129JGP20Q0105. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, effective date 05-06-2020. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 238210 and the small business size standard is $15 million. (V) This combined solicitation/synopsis is to procure services for the repair of the 202 PV System. The Forest Service is seeking the services of an electrical contractor specialized in the repair and maintenance of photovoltaic (PV) systems to inspect/investigate and repair the PV system at the Mono Basin Scenic Area Visitor Center (MBSVC). The MBSVC PV system consist of an array of 156 solar modules each rated at 210 watts (12 strings at 13 modules in series per string). In early 2019 the area experienced an intense wind event, and as many as 40 solar panels were blown away from the shade structure on which the solar array is mounted. Currently the PV system is offline and the extent of damage to the remaining solar panels and miscellaneous PV system components (combiner box, Cables, Connectors, and Conduits & Brackets etc.) is unknown. (VI) At a minimum: The contractor shall make repairs to return a fully functioning PV system. (VII) Location: �Mono Basin Scenic Area Visitor Center is located in Lee Vining, CA and is approximately 110 miles south of Reno, Nevada off of Hwy 395. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. (X) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical acceptability, and delivery. (XI) Offerors must complete their Representations and Certifications online at http://beta.SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2020), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2020) applies to this acquisition. The following clauses under subparagraph (b) apply: 8,14, 19, 22, 26, 27, 28, 30, 42, 44, 48, and 57. The following clauses under subparagraph (c) apply: 2, 3, 8, and 9. Additional Contract Requirements: 52.204-7 System for Award Management. (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc. , which may be changed unilaterally by the Government. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements, Invoicing 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: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. PDT on Wednesday, July 8th, 2020. All quotes must be emailed to the attention of Robert Briney. Email address: Robert.briney@usda.gov. Companies are encouraged to submit complete products specifications and detail sheets. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVI) A Government lead site visit is scheduled for June 25th 2020 at 11:00 A.M. PST meeting at Mono Basin Scenic Area Visitor Center is located in Lee Vining.� This is a mandatory site visit to submit a quote for this requirement. Email Robert.briney@usda.gov if you plan on attending the site visit.� Any questions regarding this RFQ should be directed to Robert Briney at Robert.Briney@usda.gov. (XVII) List of Attachments: Attachment 01 Specifications, Attachment 02 Project Photos, Attachment 03 As Builts, Attachment 04 Location Map, Attachment 05 Past Performance Capability Questionnaire, Attach 06 Wage Determination.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce3a8064339c437091e63999ca4a55fa/view)
 
Place of Performance
Address: Lee Vining, CA 93541, USA
Zip Code: 93541
Country: USA
 
Record
SN05699126-F 20200624/200623042717 (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.