Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2021 SAM #7173
SOLICITATION NOTICE

41 -- 41--FOLS - Replace Chiller Tower

Notice Date
7/20/2021 6:35:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6021Q0017
 
Response Due
8/6/2021 12:00:00 PM
 
Archive Date
08/21/2021
 
Point of Contact
Parizek, Bridget, Phone: 402 6611896, Fax: 5806222296
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FOLS - Replace Chiller Tower 140P6021Q0017 (i) This is a combined synopsis/solicitation for commercial items supply/service 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; quotes are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6021Q0017, for the Replacement of the Chiller Tower at Fort Larned National Historic Site, Larned, KS in accordance with the provided Scope of Work (SOW). All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6021Q0017 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Businesses competition in accordance with FAR 52.219-6 - Notice of Total Small Business Set-Aside, under NAICS Code 238220 � Plumbing, Heating, and Air-Conditioning Contractors with a small business size standard of $16.5M. (v) Line items: 10- Replace Chiller Tower (vi) The acquisition is for the Replacement of the Chiller Tower at Fort Larned National Historic Site, Larned, KS in accordance with the provided Scope of Work (SOW). Product and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Bridget Parizek via email at bridget_parizek@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: August 2, 2021 � November 30, 2021 Location: NPS, MWR, FOLS, 1767 KS Highway 156, Larned, KS 66701 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. a. Any questions pertaining to this solicitation must be sent via email to bridget_parizek@nps.gov on or before July 16, 2021 at 2:00 pm CST. All questions will be answered in an Amendment to this solicitation and posted on or about July 19, 2021. b. At a minimum, quotes must include (1) Provide your companies DUNS number and CAGE Code under which your offer is made. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: 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 the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. Offerors failing to provide any of the above information may result in the entire offer being excluded from further competition. FACTOR 1: TECHNICAL PROPOSAL The technical proposal shall be submitted in a format that addresses each of the evaluation factors in order, as listed below. Information pertinent to each of the factors shall be included in the technical proposal. The NPS does not recommend the use of �see paragraph X� or similar verbiage as a suitable answer to any evaluation factor. SUBFACTOR 1: Describe a minimum of three projects completed in the last three years that are similar in size and scope to this project. Include the name of the project, location, and date completed. SUBFACTOR 2: Describe your plan for completing the project including a detailed work schedule and proposed equipment, including manufacture specification sheets. Factor 2: PAST PERFROMANCE Offeror shall provide references for the projects described in Factor 1. Offeror shall provide the name of company providing reference, name of individual providing reference, and reference point of contact phone number. Provide how the performance was rated on the projects. Factor 3: PRICE Offeror shall submit a lump sum price for all items as described in the Scope of Work. Note: (1) The government requires a breakdown of cost for each line item. A total price will be inserted on the line for each Line Item, including labor hours, material, overhead, profit and any other applicable detailed costs. (2) Prices must be entered for all items of the schedule. Additions will be subject to verification by the Government. Evaluation Ratings 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: Technical Capability, Past Performance, and Price. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the 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. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-4, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 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: N/A. 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. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. (xiii) The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov at the time of offer, time of award, and throughout the life of the contract. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: SF-18 (43 pages) Attachment 1 - A04 SOW (10 pages) Attachment 2 - A06 Specifications Attachment 3 - COVID-19 Mask Policy (2 pages) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before July 22, 2021 at 2:00 pm CST. Quotes shall be submitted electronically to Bridget_Parizek@nps.gov (xvi) Contract Administration Data Bridget Parizek Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1896 Phone bridget_parizek@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c493c909871247d09633081cd0496ec8/view)
 
Record
SN06067346-F 20210722/210720230123 (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.