Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SOLICITATION NOTICE

J -- HVAC Preventative Maintenance, NWS Syracuse, IN

Notice Date
1/31/2022 1:13:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MH22QNWWR0003
 
Response Due
2/11/2022 10:00:00 AM
 
Archive Date
02/26/2022
 
Point of Contact
Marion Smith, Phone: 8162683104
 
E-Mail Address
marion.smith@noaa.gov
(marion.smith@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Department of Commerce, National Weather Service is in need of semi-annual preventive maintenance on the Heating, Ventilation, and Air Condition (HVAC) system for a base period and four (4) option years at the Weather Forecast Office located in Syracuse, IN in accordance with the attached Request for Quote. The contractor shall provide all labor, material and equipment in accordance with the attached Statement of Work. Wage determinations for this location are attached to the solicitation. Any business capable of completing these services is encouraged to respond to this announcement. This service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures. This RFQ 1333MH22QNWWR0003 is 100 percent set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 238220, which has a corresponding size standard of $16,500,000.00 or less. �The government requires all contractors doing business with the government to be registered with the System for Award Management (SAM). For additional information and to register in SAM, a free service, please access the following website: www.sam.gov 1-866-606-8220. In order to register with SAM and to be eligible to receive an award, all offerors must have a Dun & Bradstreet number, which may be acquired free of charge by contacting Dun & Bradstreet on line at http://fedgov.dnb.com/webform� or by phone at 1-866-705-5711. The government encourages all contractors to submit their Representations and Certifications on-line Business Partner Network (BPN) at https://www.sam.gov� .The BPN is the single source for vendor data for the federal government. Award will not be made to any contractor that is not registered in SAM. IF GOING TO A GOVERNMENT SITE: In accordance with recent Federal COVID-19 protocols, effective 08/26/2021 and going forward, all on-site contractor employees will be required to complete the non-Federal Employee and Visitor Certification Form attached and carry a copy with them when reporting to any Department of Commerce (DOC) worksite. Additionally, those who do not certify they are fully vaccinated, or who decline to provide vaccination status, must obtain a negative COVID-19 test in order to access a DOC operating location or facility, per attached Senior Procurement Executive Message. Contractors are required to attest to their CO/COR or TPOC, in writing, that all on-site contractor employees are following this guidance. FACE COVERINGS NOAA is committed to taking appropriate safety precautions to support the health and well-being of our employees and affiliates in response to the COVID-19 pandemic and will continue to assess all measures necessary to mitigate risks to the spread of the disease consistent with guidance from the Centers for Disease Control and Prevention (CDC). To help slow the spread of COVID-19, CDC recommends the use of face coverings in public settings where other social distancing measures are difficult to maintain. NOAA personnel are strongly encouraged to follow CDC and State guidelines on the use of face coverings. All individuals inside NOAA occupied workplaces are required to wear face coverings until further notice and are encouraged to maintain social distancing guidelines. Face coverings should cover the nose and mouth, but do not need to be medical-grade masks. Face coverings can be cloth masks, scarves, and bandanas. Managers are responsible for determining social distancing practices in their individual offices. All responsible sources may submit a quotation which shall be considered by the agency. Quotes should be sent via e-mail to marion.smith@noaa.gov if you are not able to provide a quote by email please contact marion.smith@noaa.gov , 816-268-3104 (press 7 during voice message) and must be received on or before the date and time referenced on RFQ.� Instructions are included in the solicitation. Offeror Instructions Faxed or mailed quotes will not be accepted.� Quotes should be e-mailed to marion.smith@noaa.gov .� E-mailed quotes must be received by the due date and time to be considered within the deadline. Quoters must submit all questions concerning this solicitation by e-mail within 5 days of the issuance of this solicitation. PER FAR CLAUSE 52.212-4(k), TAXES, THE CONTRACT PRICE INCLUDES ALL APPLICABLE FEDERAL, STATE, AND LOCAL TAXES AND DUTIES.� A TAX EXEMPT CERTIFICATE WILL NOT BE PROVIDED Site Visit A site visit is strongly encouraged. �Quoters are strongly encouraged to inspect the site where services are to be performed and to satisfy themselves as to all general and local conditions that may affect the cost of the performance of the contract, to the extent such information is reasonably obtainable.� In no event will a failure to inspect the site constitute grounds for a claim after award of the contract. �Please contact James Owens, james.e.owens@noaa.gov, 574-834-1104 x381 to schedule a site visit. This is a firm fixed price purchase order. The evaluation procedures are �trade-off� offering the �best value�. �The government intends to make an award to the responsive responsible quoter(s) providing the best value to the government, price and non-price factors considered.�� Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. ""Best value"" means the expected outcome of an acquisition that, in the government's estimation, provides the greatest overall benefit in response to the requirement.� The government reserves the right to make a comparative evaluation of quotes in determining best value in accordance with far 13.106-2(b)(3). Contractors�must be registered in the System for Award Management (SAM) at the time the quote is submitted.� It is highly recommended if you are not currently registered in SAM that you start this process as soon as possible.�� �You may register at https://www.sam.gov/portal/public/sam/. A DUNS number is required. There is no charge for getting a DUNS number or registering in SAM. SAM HELPDESK 1-866-606-8220 or www.fsd.gov The�following information is to be returned: ��Page 1 (complete blocks 17a, 30a, 30b, and 30c). � � � �2.� �Page 3 through 5 (fill in your quote/prices) Fall PM and Spring PM Unit Price ______�� Extended Price________ CLIN 0001 CLIN0002 CLIN0003 CLIN0004 CLIN0005 3. Your Duns & Bradstreet (D&B) d-u-n-s number or Unique Entity Identifier. �If you do not have a DUNS number, you may request one at https://fedgov.dnb.com/webform.� � DUNS#____________________________ (NOTE: Beginning April 4, 2022 vendors will be recognized by their Unique Entity Identifier (UEI).� 4. Contractor representations and certifications shall be completed in the system for award management (www.sam.gov).� Contractors shall provide a statement that they either are or are not registered and active in SAM. 5. Your response to CAR Clause 1352.209-74(C), Organizational Conflict Of Interest.� Contractors shall provide a statement that they either do or do not have a conflict of interest.� 6.� As requested in CAR Clause 1352.213-70, Evaluation Utilizing SAP, provide your response to the factors used to evaluate quotes. Personal Qualifications, Price, and Past Performance. 7. As requested in CAR Clause 1352.228-70, provide your insurance certificate. 8. As requested in CAR Clause 1352.237-75, provide your key personnel name, title, and telephone number. 9. RESPONSE TO FAR 52.209-11 and 52.204-25 in SAM. 10. In accordance with NOAA Acquisition Manual 1330-52.222-70, NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy, provide verification the vendor shall provide required training. 11.� �An e-mail address and telephone number where you can be reached for future correspondence. EMAIL_____________________________ CONTACT NAME_____________________ CONTACT #_________________________ Contractors who do not respond to items 1 through 10 may be considered non-compliant with the requirements of the solicitation and no further consideration shall be given for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e124da2a7ab4283b3e9330497b2e9c1/view)
 
Place of Performance
Address: Syracuse, IN 46567, USA
Zip Code: 46567
Country: USA
 
Record
SN06228523-F 20220202/220131230106 (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.