SOLICITATION NOTICE
38 -- Pumper Truck Waste Tank Replacement, Lake Mead NRA
- Notice Date
- 8/29/2022 12:20:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- Contracting Office
- PWR LAME(81000) BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140P8122Q0080
- Response Due
- 9/9/2022 5:00:00 PM
- Archive Date
- 09/24/2022
- Point of Contact
- Clark, David, Phone: 602-989-9775
- E-Mail Address
-
david_clark@nps.gov
(david_clark@nps.gov)
- Description
- Streamlined Solicitation for Commercial Items (FAR 12.603) Combined Synopsis/Solicitation: Pumper Truck Waste Tank Replacement, Lake Mead, NV 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation no. 140P8122Q0080 is issued as a Request For Quotation for a firm-fixed-price commercial services contract for Pumper Truck Waste Tank Replacement, Lake Mead NRA, NV. The Contract Line Items (CLINs) structure is as shown below: Item No. 0010, Waste Tank, 1 Each, Unit Price $________, Total Price $ _______ Item No. 0020, Labor - Uninstall old equipment. Install/test new equipment, _______Hours, Unit Price $_______ , Total Price $_______ Item No. 0030, Primer and Paint, 1 Lump Sum, Unit Price $_______, Total Price $_______ Item No. 0040, Labor - Primer and Paint, _______Hours, Unit Price $_______ , Total Price $_______ Grand total of all items $__________ Requirements: - Replace waste tank on ""Pumper Truck"" with Vactor 2100 Plus tank or equal: - Vendor shall replace tank identical to the truck. The tank is a 12-cubic yard capacity and is mounted on the truck. The Approximately measurement 15 feet long, 7 feet high, by 7 feet wide. *Note that these measurements are estimates only. It is the contractor's responsibility to ensure the accuracy of their measurements - Tank must be compatible with on-board Vactor 2100 Plus system - Prime and Paint New Tank with Waste Water Tank Coating. - Test unit after install for proper leak proof operation. - Work must be completed by an authorized equipment vendor. Delivery of Vehicle for Repairs: The Government (NPS) will deliver and pick-up vehicle to jobsite location. Delivery and pick-up of vehicle will not exceed more than 100 miles from Boulder City, Nevada. Period of Performance: 60 days from the date of award. See attachments for details and photos of current equipment. List of attachments: 1) Statement of Work, dated 08/19/2022, 2) SCA Wage Determination (Clark County, NV, 06-27-22). The delivery location and place of acceptance is 601 Nevada Way, Boulder City, NV, 89005, F.O.B. Destination. Note: Quoter and respondent will be used interchangeably within this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 dated 08/10/2022. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.211-6, Brand Name or Equal, applies to this acquisition. Respondent submitting an Equal type product shall submit documentation demonstrating the products meets the described salient characteristics in the Statement of Work. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Certified Maintenance Capability, Tank Specifications, Price. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition including the following the clauses: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), 52.204-26, Covered Telecommunications Equipment or Services-Representation, and 52.222-25 Affirmative Action Compliance (Apr 1984). 52.204-7, System for Award Management (Oct 2018), 52.204-13 System for Award Management Maintenance (Oct 2018); 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020); 52.204-17 Ownership or Control of Offeror (Aug 2020), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020):52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014); 52.204-20 Predecessor of Offeror (Aug 2020); 52.204-22 Alternative Line Item Proposal (Jan 2017); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015); 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) ( 15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (SEP 2021) ( 15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUN 2003) (E.O.11755); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246); 52.222-35, Equal Opportunity for Veterans (JUN 2020) ( 38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) ( 29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (JUN 2020) ( 38 U.S.C. 4212); 52.222-50, Combating Trafficking in Persons (NOV 2021) ( 22 U.S.C. chapter 78 and E.O. 13627); 52.222-54, Employment Eligibility Verification (MAY 2022) (Executive Order 12989); 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513); 52.223-20, Aerosols (JUN 2016) (E.O. 13693); 52.225-1, Buy American-Supplies (NOV 2021) ( 41 U.S.C. chapter 83); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); 52.232-11 Extras (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) ( 31 U.S.C. 3332); FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.253-1 Computer Generated Forms (Jan 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations Authorized Deviations in Provisions (Nov 2020); 52.222-41, Service Contract Labor Standards (AUG 2018) ( 41 U.S.C. chapter67); 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67) {See Below}: Employee Class - Heavy Mobile Equipment Mechanic, WG-08 Monetary Wage and Fringe Benefits - $27.70 with benefits 1452.201-70 Authorities of delegations (SEP 2011) The following clause applies to this acquisition: 1452.228-7, Liability Insurance - Department of the Interior (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $500,000 each person $1,000,000 each occurrence $500,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. The following clause applies to this acquisition: Electronic Invoicing & Payment Requirement -Invoice Processing Platform (IPP) APR 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: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice. Upload copy of business invoice to IPP system when requesting payment through IPP. 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 proposal or quotation. SAFETY & HEALTH COVID-19 PROTOCOL: Work performed under this contract shall comply with applicable federal, state, and local safety and occupational health laws and regulation, including adherence to any local government health orders in effect to reduce the rate of transmission of Novel Coronavirus Disease 2019 (""Covid-19""). This includes, but is not limited to, Occupational Safety and Health Administration (OSHA) standards, 29 CFR, Part 1910 and Part 1926. Where the requirements of applicable laws, criteria, ordinances, regulations, and referenced documents vary the most stringent requirements shall apply. This requirement is set-aside for TOTAL SMALL BUSINESS. The NAICS code is 336211- Motor Vehicle Body Manufacturing, and the small business size standard is 1000 employees. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Questions regarding this solicitation must be submitted in writing to the Contract Specialist, David Clark, via e-mail to david_clark@nps.gov no later than seven (7) days prior to the solicitation close date. All quotes shall be submitted for receipt no later than 5:00 pm PT, on September 9, 2022 to the Contract Specialist, David Clark, via e-mail to david_clark@nps.gov. Respondents are hereby notified that if your proposal is not received by the date/time and at the location specified in this announcement, that it will be considered late. (Contractor shall remit completed copy of the price schedule including the unit rate breakdown to assist the Government determining price fair and reasonableness, rates, profit, and hours, etc. or other than cost and pricing information). QUOTE PREPARATION AND SUBMISSION INSTRUCTIONS Basis for Award The Government intends to award a contract to the responsible Quoter whose quote that meets the Government requirement. The basis for award will be best value to the Government, considering all evaluation factors. This is a ""best value"" procurement. The Government will make an award to the responsible Quoter(s), whose quote is most advantageous to the Government, price and other factors considered. Accordingly, since it may be in the best interest of the Government to consider award to other than the lowest priced quotation or other than the highest technically rated respondent, the Government will use a best value approach. The Government reserves the right not to make an award as a result of this solicitation, if in the opinion of the Government, none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable and/or economically feasible. This solicitation is issued as a Request for Quote (RFQ). Evaluations will be based solely on the materials included in the quote. Therefore, the Quoter's initial Quote should contain the Quoter's best terms. After receipt of quotes, the Government will conduct an evaluation. However, during the evaluation process, the Government may, solely at its discretion, communicate with a Quoter for clarification purposes. At any time prior to selection, including upon receipt of quotes, the Government may exclude a quote from further consideration for any material failure to follow instructions. Factor One (1) Certified Maintenance Capability Factor Two (2) Meet Tank Specifications Factor Three (3) Price Factor 1: Certified Maintenance Capability The Government will assess if the contractor meets the Certified Maintenance Capability to work on the Vactor 2100 Plus system and will successfully perform the requirements based on the quoter's capability to meet the specification of the Statement of Work. The Quoter shall demonstrate the capability to work on the Vactor 2100 Plus system by providing system certifications or authorized vendor credentials. Factor 2: Meet Tank Specifications The Government will assess if the contractor meets or does not the specifications as outlined in the SOW and is compatible with the Vactor 2100 Plus system or equal. Factor 3: Price The Government will establish a ""total evaluated price"" based on a completed Price Schedule. Price volumes failing to meet or comply with price quote instructions may be deemed noncompliant. Quoters must use Attachment 2 -Price Schedule. The price shall include all necessary supervision, management, labor, transportation, equipment, materials, any other direct incidentals costs, overhead and profit, unless the cost is expressly identified as a separately priced line item. The Government will evaluate the proposed price for price fair and reasonableness. EVALUATION PROCESS Evaluation Factors and Methodology All quotes shall be evaluated by the Government in accordance with the factors and criteria established above. The evaluation factors will if the Quoter meets or does not meet the requirements of the SOW and will be successful in performing the contract. The technical evaluation criteria to be evaluated consists of: Certified Maintenance Capability and Meet Tank Specifications. The Government anticipates selecting the best-suited quoter from initial responses, without engaging in exchanges with quoters. In conjunction with their Certified Maintenance Capability and Tank Specifications, Quoters are strongly encouraged to submit their best price in response to this RFQ. Once the Government determines the quoter that is the best-suited (i.e., the apparent successful quoter), the Government reserves the right to communicate with only that quoter to address any remaining issues, if necessary, and finalize a purchase order with that quoter. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined pertinent at the sole discretion of the Government, the Government reserves the right to communicate with the next best-suited quoter based on the original analysis and address any remaining issues. Once the Government has begun communications with the next best-suited quoter, no further communications with the previous quoter will be entertained until after the task order has been awarded. This process shall continue until an agreement is successfully reached and a task order is awarded. The government may perform a comparative evaluation (comparing contractor responses to one another) in lieu of using adjectival ratings below, to select the contractor that is best suited and provides best value, considering the evaluation factors in this solicitation. Rating Scales Rating Scale for Technical Factors 1-2 The Government will assess the level of confidence that the offering contractor will successfully perform all requirements regarding the Certified Maintenance Capability and Meet Tank Specifications. The following explains the ratings that will be used: Rating - Description Meets - The Government determines the Quoter does understand the requirement, provided the required documentation and will be successful in performing the contract with little or no Government intervention. Does not meet - The Government determines the Quoter does not understand the requirement, did not provided the required documentation and will not be successful in performing the contract with little or no Government intervention.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6c1b3c3428b24ba985141595f1a80ba0/view)
- Record
- SN06444794-F 20220831/220829230130 (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 |