Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

J -- J--Chiller Maintenance/Inspection and Repairs-IDIQ

Notice Date
7/31/2020 4:08:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0023
 
Response Due
8/21/2020 12:00:00 AM
 
Archive Date
09/05/2020
 
Point of Contact
Schilke, Jennalyn
 
E-Mail Address
JSchilke@usbr.gov
(JSchilke@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
140R3020Q0023 - Central Chiller Plant Chiller Maintenance/Inspection and Repairs - IDIQ Combined Synopsis/Solicitation Amendment 0004, 07/31/2020 - The purpose of this amendment is to extend the quote due date to August 4, 2020, in preparation for the forthcoming amendment to the Performance Work Statement. Amendment 0003, 07/16/2020 - The purpose of this amendment is to extend the quote due date to July 31, 2020, in preparation for the forthcoming amendment to the Performance Work Statement. Amendment 0002, 06/30/2020 - The purpose of this amendment is to extend the quote due date to July 17, 2020, in preparation for the forthcoming amendment to the Performance Work Statement. Amendment 0001, 06/17/2020 - The purpose of this amendment is to add Site Visit Information to the Combined Synopsis/Solicitation. The site visit will be held on 06/24/2020 at 8:30 A.M., PDT. See the bottom of this notice for additional information. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0023) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-06. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 238220, Plumbing, Heating, and Air-Conditioning Contractors). The small business size standard for NAICS Code 238220 is $16.5 Million. (v) Reclamation intends to award the first Task Order immediately following award. The prices from Price Schedule 1 will be used for the first task order. *NOTE: The Performance Work Statement (PWS) and Price Schedule provide more detailed information about the requirement and are attached to the RFQ. Schedule 1, Year 1 (Est. July 2020 - June 2021) CLIN 1-1, Semi-Annual Maintenance & Inspection/Preventative Maintenance, Qty: 2 Bi-annually CLIN 1-2, Routine Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis CLIN 1-3, Emergency Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis Schedule 2, Year 2 (Est. July 2021 - June 2022) CLIN 2-1, Semi-Annual Maintenance & Inspection/Preventative Maintenance, Qty: 2 Bi-annually CLIN 2-2, Routine Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis CLIN 2-3, Emergency Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis Schedule 3, Year 3 (Est. July 2022 - June 2023) CLIN 3-1, Semi-Annual Maintenance & Inspection/Preventative Maintenance, Qty: 2 Bi-annually CLIN 3-2, Routine Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis CLIN 3-3, Emergency Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis Schedule 4, Year 4 (Est. July 2023 - June 2024) CLIN 4-1, Semi-Annual Maintenance & Inspection/Preventative Maintenance, Qty: 2 Bi-annually CLIN 4-2, Routine Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis CLIN 4-3, Emergency Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis Schedule 5, Year 5 (Est. July 2024 - June 2025) CLIN 5-1, Semi-Annual Maintenance & Inspection/Preventative Maintenance, Qty: 2 Bi-annually CLIN 5-2, Routine Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis CLIN 5-3, Emergency Service Calls Labor Rate (Hourly Rate Only), As-Needed Basis (vi) The Bureau of Reclamation has a requirement for semi-annual (to occur every six-months) inspections, maintenance, and call-outs for routine and emergency repairs, for two (2) model SWA046-1HG6-44C Smardt oil-free centrifugal chillers. Reclamation anticipates awarding one 5-year Indefinite Delivery / Indefinite Quantity (IDIQ) contract as a result of this RFQ. (vii) Work shall begin on or about July 2020, with an ordering period for 5 years after award (est. June 2025). Work shall be completed at Bureau of Reclamation, Lower Colorado Basin Regional Office, Boulder City, NV 89005. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. This addendum replaces the term ""offer"" with ""quote"" within the provision at 52.212-1. (ix) FAR provision 52.212-2, Evaluation - Commercial Items. Determination of award will be based on the lowest-priced responsive quote received from a responsible offeror. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in clause 52.212-5 are applicable to the acquisition: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020) 52.204-15, SERVICE CONTRACT REPORTING REQUIREMENTS FOR INDEFINITE-DELIVERY CONTRACTS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (JUN 2020) 52.219-13, NOTICE OF SET-ASIDE OF ORDERS (MAR 2020) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-12, MAINTENANCE, SERVICE, REPAIR, OR DISPOSAL OF REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (JUN 2016) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.223-20, AEROSOLS (JUN 2016) 52.223-21, FOAMS (JUN 2016) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) / WAGE DETERMINATION NO. 2015-5594, REVISION NO. 14, DATE OF REVISION 12/23/2019 (see Attachment 3 - Wage Determination). 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) / MAINTENANCE WORKER; WG-8; MONETARY WAGE - $21.14/hr; FRINGE BENEFITS -19%, includes paid health insurance premiums, retirement benefits, vacation pay, and sick leave pay. This Statement is for Information Only: It is not a Wage Determination. 52.222-44, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MAY 2014) 52.222-55, MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015) 52.222-62, PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (xiii) Additional contract requirements include the following clauses and provisions: *CLAUSES* 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-01) (JUL 2019) 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) 52.242-15, STOP-WORK ORDER (AUG 1989) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) APR 2013) 1452.201-70, AUTHORITIES AND DELEGATIONS (SEP 2011) WBR 1452.201-80, CONTRACTING OFFICER' REPRESENTATIVE' AUTHORITIES AND LIMITATIONS--BUREAU OF RECLAMATION (MAY 2018) WBR 1452.223-82, PROTECTING FEDERAL EMPLOYEES AND THE PUBLIC FROM EXPOSURE TO TOBACCO SMOKE IN THE FEDERAL WORKPLACE--BUREAU OF RECLAMATION (DEC 2009) WBR 1452.237-80, SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) *PROVISIONS* 52.204-7, SYSTEM FOR AWARD MANAGEMENT (Oct 2018) 52.223-1, BIOBASED PRODUCT CERTIFICATION (MAY 2012) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984) WBR 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005) (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than Wednesday, August 12, 2020, by 4:00 P.M., local time. Quotes are due Friday, August 21, 2020, at 4:00 P.M., local time. Responsible quoters are requested to submit a quote for this requirement. Quotes shall be submitted via email to jschilke@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030. SITE VISIT INFORMATION: A site visit will be held on Wednesday, June 24, 2020 at 8:30 A.M., PDT. Please contact Ms. Jennalyn Schilke at jschilke@usbr.gov prior to the day of the site visit, if you plan to attend. All attendees shall meet at Bureau of Reclamation (Date Street Complex), 500 Date Street, Boulder City, NV 89005. Please meet at the parking lot on the south side of Hoover Drive, located inside the complex. It is strongly encouraged that any prospective offerors attend the site visit.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08743b0e9bb3429fa7b66d2b02f0c0c8/view)
 
Place of Performance
Address: 500 Fir Street, Boulder City, NV 89006, USA
Zip Code: 89006
Country: USA
 
Record
SN05741491-F 20200802/200731230145 (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  © 1994-2020, Loren Data Corp.