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

61 -- FEMA_R1_Generator_Controls

Notice Date
7/31/2020 5:22:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
REGION 1: EMERGENCY PREPAREDNESS AN BOSTON MA 02109 USA
 
ZIP Code
02109
 
Solicitation Number
FEMA_R1_Generator_Controls
 
Response Due
8/14/2020 2:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
Ryan P. Colgan, Neel Patel, Phone: 8572052560
 
E-Mail Address
ryan.colgan@fema.dhs.gov, Neel.Patel@fema.dhs.gov
(ryan.colgan@fema.dhs.gov, Neel.Patel@fema.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items under FAR part 12 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.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 Dated 05/06/2020 see https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/hsar for clause language. FEMA Region 1 is issuing a formal Request for Proposal (RFP) to be awarded based on Best Value to the government. This request is for�a Generator Operation System Upgrade at the Federal Regional Center (FRC) located in Maynard, MA 01754. Per FAR 36.204, the magnitude of the procurement is estimated to be between $25,000 and $100,000. This requirement has a Total Small Business set-aside under NAICS Code 238210- Electrical and wiring contracts (Size Standard $16.5 Million). All proposals will be assessed�for the following three factors and all factors will be weighted equally when making best value determination: 1. Price � Full breakdown including labor, materials, Overhead, profit, etc. 2. Technical Solution (2-page max) � Describe your approach to meeting all requirements of the SOW. 3. Past Performance and References � Similar scope or magnitude. In accordance with FAR 52.212-1 (b) (10) � references are requested. See attached past performance reference sheet provided to complete this requirement.�Each Contractor must submit a completed reference sheet which includes�either current or recent customers, and provides the name, address, phone number, and email for each reference. The Contractor shall list all current or prior federal contracts, total dollar amounts, contract name, agency, address, telephone number, email, and a brief description of the project performed.� If the offeror has no federal contracting experience, then they shall include references of contracts held in the following order:� state, local, and private sector.��Offerors with no past performance will be rated as neutral. Failure to provide any of these three requirements may result in proposal exclusion for failure to meet the requirements of the RFP. Offerors shall be made aware of the pre-existing site conditions of the Federal Regional Center (FRC) in accordance with FAR 36.502. There will be a mandatory site visit conducted on Thursday July 30, 2020 at 10:00 AM EST at the Federal Regional Center (FRC) located at 63 Old Marlboro Road Maynard, MA 01754. Prior confirmation of all individuals who wish to attend must be submitted to: Ryan Colgan Ryan.Colgan@fema.dhs.gov and Neel Patel Neel.Patel@fema.dhs.gov This will ensure access to the facility by the guards. �Interested parties must provide valid government issued identification to gain access to the facility. Please review the attached mandatory guidelines for site visits included in the posting. All questions for this solicitation must be submitted via email by Tuesday August 4,2020 05:00 PM EST. All questions are to be submitted via email directly to the point of contact referenced above. Any questions received will be posted as an amendment to the solicitation on betaSam along with their answer. Proposal will be due Friday, August 14, 2020 at 05:00 PM EST.� All proposals are to be submitted via email directly to the point of contact referenced above. Once the solicitation is posted, it is incumbent upon the interested parties to review the FBO.gov site frequently for any updates/amendments to all documents. Interested parties must be registered in SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 5.207. Prospective offerors are encouraged to register prior to the submittal of proposals. Please review the attached Statement of work for further information pertaining to this solicitation. The contractor shall provide all supervision, labor, materials, equipment, supplies, and transportation necessary to complete this scope of work. All work shall comply with all applicable State, local, and Federal laws and regulations, industry and construction codes and standards, manufacturer's specifications and recommendations, and all contract special provisions, terms and conditions. All work under this contract will be performed within the confines of the Federal Regional Center (FRC). The Wage Determination: General Decision Number: Davis-Bacon Act WD# MA2020001 Dated 03/13/2020, Superseded General Decision Number: MA20190001; State: MA; Construction Type: Building; County: Middlesex is applicable for this solicitation. Pursuant to FAR 28.102-Performance and Payment Bonds and Alternative Payment Protections for Construction Contracts, the awarding vendors must submit two (2) of the following equivalent to 100 percent of the original contract price: Payment bond, Irrevocable Line of Credit (ILC), tripartite escrow agreement, or certificates of deposit. Please refer to the FAR reference for further information. CLAUSES & PROVISIONS The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, 52.212-2- Evaluation- Commercial Items is applicable. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall complete the provision for NAICS code 238210 at http://www.sam.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.� Additional FAR clauses and AGAR clauses identified herein; The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clause at 52.225-5, Trade Agreements, applies to this acquisition and is incorporated by reference. The provision at 52.225-6, Trade Agreements Certificate, applies to this acquisition and is incorporated by full text. The clause at 52.225-13, Restrictions on Certain Foreign Purchases, applies to this acquisition and is incorporated by reference. The provision at 52.228-18, Place of Manufacture, applies to this acquisition and is incorporated by full text. The provision, 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification, applies to this acquisition and is incorporated by full text. The provision, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, applies to this acquisition and is incorporated by reference. HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates applies to this acquisition and is incorporated by full text. HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items applies to this acquisition and is incorporated by full text. May be tailored with any resultant award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b50940c46d544c1b912513da04de3027/view)
 
Place of Performance
Address: Maynard, MA 01754, USA
Zip Code: 01754
Country: USA
 
Record
SN05741934-F 20200802/200731230148 (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.