Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOLICITATION NOTICE

J -- Generator Svc (with Options) Cumberland Island NS

Notice Date
1/25/2024 11:36:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
SER SOUTH MABO (54000) HOMESTEAD FL 33034 USA
 
ZIP Code
33034
 
Solicitation Number
140P5424Q0009
 
Response Due
2/22/2024 7:00:00 AM
 
Archive Date
03/05/2024
 
Point of Contact
Stefanos, Mary, Phone: 239-340-0068
 
E-Mail Address
Mary_Stefanos@nps.gov
(Mary_Stefanos@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5424Q0009 Posted Date: 25 Jan 24 Response Date: 22 Feb 24 Product or Service Code: J061 (Maintenance and Repair of Power Distribute Equipment) Set Aside: Total Small Business NAICS Code: 811310 (Commercial & Industrial Machinery & Equipment Repair & Maintenance) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This is a total small business set aside in accordance with FAR 19.502-2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 dated 12/04/2024. The FAC and FAR are available at https://www.acquisition.gov/FAR. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5M. This synopsis page combined with the posted Standard Form 18 and the attached required form make a complete solicitation package. The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking a contractor to provide all labor, tools, equipment, materials, transportation, and supervision required to perform semi-annual maintenance on 7 generators, ranging in size from 4kw to 200kw. A �minor� and �major� service will be required. All of the units will be required to be connected to a Load Bank and tested. This can be done on either one of the services, whichever is more beneficial. For the benefit of this statement of work, the load bank test is in the �Major� service. Services will be scheduled approximately six (6) months apart beginning around March. Minor Service will include complete system inspection and test (System inspection and test will include oil change, oil filter replacement, fuel filter replacement, air filter replacement and proper function of the generator and automatic transfer switches). Major service will include a complete system inspection and test (System inspection and test will include oil change, oil filter replacement, fuel filter replacement, air filter replacement and proper function of the generator and automatic transfer switches), engine coolant flush out on first and last year of contract, waste disposal fees, new belts and a load bank test. Load bank is required to provide at least 100% load to each generator. Generators are located on the mainland and the island. The distance from the mainland to the dock on the island is approximately 7 miles. Park will provide one round trip transport for contractor�s vehicle to and from the island provided the vehicle fits on the parks landing craft. The park will have final say as to if the vehicle will fit. Barge transport is tide dependent. The park will work with the vendor to figure out the best time to perform services. Contractor is responsible for transportation on island (from dock to jobsite via main road) no driving anywhere else on island. Restrooms are available at each work site. 1. Mainland Visitor Center- Olympian, 200 Kw, MOD- D200P4, SER- OLY00000JNNS01538, Phase 3 2. Mainland Museum- Cummins, MOD- DGDB 5601519, SER- C030479912 Spec R, Phase 3, KW- 100 (Mainland Museum Transfer switch- 600 amp, 240V, 1 phase, SER- C030476539 Spec. A, MOD- OTPCC-5601518) 3. Nightingale Well- Lynx, MOD- 40SD, SER- F09SD1019, Phase 1, KW-40, Perkins engine, SER- AA3753*U644649*, 1795/1800 rpm (Nightingale Well Transfer switch- Asco, 300 series, 200 amp, 1 phase, 240 V, SER- 314464-002 RE) 4. Plum Orchard- Kohler, MOD- 100REOZJB, SER- 2142495, Phase 1, John Deere Engine, SER- PE608TF250 5. Radio Repeater- Onan, KW- 4, MOD- 4DKCFJ, SER- H943221473 3495B 6. Loggerhead Crew Boat- Northern Lights, MOD-M773LW3, SER-7732-55836, KW-9, Phase 1, 240 V, Amps 375/75 7. Mocama Landing Craft- Cummins, MOD-MDKDM-1638938, SER-H160988397, Phase 1, KW-9.5/11.5, RPM-1500-1800 Quote must be submitted by completing blocks 11e through 16 of the Solicitation form (SF -18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain only one (1) pdf with the completed SF18 and additional pages must include past projects similar in scope including contact information for these projects, your technical approach to the project, your completed required form along with an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5424Q0009) in all correspondence. Award: The Contracting Officer anticipates awarding a FIRM FIXED PRICE purchase order no later than the end of February 2024 to the firm that presents the best value to the government. This Acquisition may result in a firm fixed price order. The term of the contract will be one 12 month base period and may include 4 option years. All interested companies shall provide a quote for the following: Services (See SF18) Line Item Description Qty Unit Cost Total Item 10: Base Yr : Mar 01,2024-Feb 28, 2025 2 _______ _________ Item 20: Opt Yr 1: Mar 01,2025-Feb 28, 2026 2 _______ _________ Item 30: Opt Yr 2: Mar 01,2026-Feb 28, 2027 2 _______ _________ Item 40: Opt Yr 3: Mar 01,2027-Feb 29, 2028 2 _______ _________ Item 50: Opt Yr 4: Mar 01,2028-Feb 28, 2029 2 _______ _________ Performance Period: The performance period is anticipated to be 03/01/2024 through 02/28/2029 if all option years are exercised. Performance Locations: Multiple locations within Cumberland Island National Seashore. Inspection: An inspection of the equipment is scheduled for Feb 08, 2024 at 10:00am at Cumberland Island National Seashore, 101 Wheeler Street, St. Marys, Georgia 31558. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. To ensure proper logistics and accommodations for all attendees, you must contact Dustin Nelson on his cell phone at (912) 464-1461 or email him at dustin_l_nelson@nps.gov to RSVP no later than 10:00am on July 9, 2018. The government will not secure transportation to the site for potential contractors showing up without reservation confirmation. Any questions must be submitted in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on Feb 12, 2024. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government�s official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted. SCA Wage Determination # WD 15-4515 (Rev.-26) dated 12/23/2023 for Camden County is applicable. It can be found at https://sam.gov/wage-determination/2015-4515/26 ********************* The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/sites/default/files/current/far/pdf/FAR.pdf The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, `Instructions to Offerors�Commercial Items� (Sep 2023) 2. FAR 52.212-2, `Evaluation � Commercial Items� Nov 2021) 3. FAR 52.212-3, `Offeror Representations and Certifications�Commercial Products and Commercial Services� (Nov 2023) Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, `Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, `Contract Terms and Conditions�Commercial Items� (Nov 2023) -FAR 52.212-5, `Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services� (Nov 2023) The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (June 2020), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-28, Post Award Small Business Program Representation (Sep 2023) (15 U.S.C. 632(a)(2)), FAR 52.219-30 (Oct 2022), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jun 2020) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (Jan 2021) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Nov 2021) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (Jan 2021), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Oct 2018)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (Mar 2023) Minimum Wages Under Executive Order 13658 (Jan 2022) (E.O. 13658) 52.202-1 Definitions. (Jun 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Jun 2020) 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-8 Annual Representations and Certifications (Mar 2023) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-18 Commercial and Government Entity Code Maintenance. (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.211-8 Time of Delivery (Nov 2016) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence � Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (Sep 2023) 52.219-6 Notice of Total Small Business Set-Aside (Mar 2020) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (Aug 2018) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. (Oct 2021) (DEVIATION) 52.225-18 Place of Manufacture. (Aug 2018) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Jun 2020) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.244-6 Subcontracts for Commercial Products and Commercial Services (Nov 2023) 52.247-34 F.o.b. Destination (Nov 1991) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) ************************************************************************************* Performance/compliance delinquencies and communication/management issues will be documented in the official file and may be used as a reference for contract history, regardless of the value of the action. ************************************************************************************* Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer�s decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Office�s (GAO�s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) ************************************************************************************** DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR�s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor�s risk. (End of Clause) 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 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: $200,000.00 each person $300,000.00 each occurrence $300,000.00 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. 52.217-5 Evaluation of Options. (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 15 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (Feb 2021) 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 https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, delivery date and itemized information regarding services provided. The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. 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 St. Louis (FRBSTL) 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 IPPCustomerSupport@fiscal.treasury.gov 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. (End of Local Clause) ************************************************************************************** All interested companies shall provide a quote for cannon by completing blocks 11e through 16 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Your quote should contain one (1) pdf with the completed SF18 and additional pages must include past projects similar in scope including contact information for these projects, your technical approach to the project, your completed required form along with an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5424Q0009) in all correspondence. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Emailed confirmation of offer will be sent by the government. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on 22 Feb 24. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Confirmation of receipt does not mean your quote was reviewed for completeness. This is a competed 100% Small Business set-aside for supplies as defined herein. The government intends to award a purchase order as a result of this solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation. EVALUATION CRITERIA: Award shall be made resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation requirements will be the best value and most advantageous to the Government, considering price, specialized experience and past performance which are all equally weighted. Offeror shall submit any relevant evidence sufficient of technical capability which validates the offeror possesses the technical knowledge, capability and experience to successfully service this equipment as described in this solicitation. The Contracting Officer may use information from other sources to evaluate past performance. This includes, but is not limited to, Contractor Performance Assessment Reporting System (CPARS). Your company must not be excluded from conducting business with the federal government. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/ET on 12 Feb 24 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. ****************************** Attachments: SF18 Atch 1 Required Form Point of Contact: Mary Stefanos, Contracting Officer (CO): Email:Mary_Stefanos@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/badfc5509e74453489ad62af369e378b/view)
 
Place of Performance
Address: St Marys, GA, USA
Country: USA
 
Record
SN06945152-F 20240127/240125230040 (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.