Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOLICITATION NOTICE

H -- Falcon Power Plant Breakers and Transformers Testing Project

Notice Date
4/4/2024 8:06:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
INTERNAT. BOUNDARY AND WATER COMM. El Paso TX 79902 USA
 
ZIP Code
79902
 
Solicitation Number
20245201004
 
Response Due
5/2/2024 2:00:00 PM
 
Archive Date
05/17/2024
 
Point of Contact
Philip Johnson, Adrian Knights
 
E-Mail Address
philip.johnson@ibwc.gov, adrian.knights@ibwc.gov
(philip.johnson@ibwc.gov, adrian.knights@ibwc.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items 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. The solicitation number is 20235201004 and this solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 date 2/23/2024. This is a small business set aside. The associated NACIS code is 541380 � Electrical Testing Laboratories or Services and the small business size standard is $19,000,000.00. Contract Type: The resulting contract from this solicitation will be a firm fixed priced requirements for services specified in the Scope of Work and for the period set forth herein. Performance of services shall be made only as authorized by the contract and modifications thereto issued by the Contracting Officer. Place of Performance: The required services shall be performed at the USIBWC Falcon Power Plant is located at FM2098, 1 Reservoir Rd., Falcon Heights, Texas 78545. Contracting Officer: Philip Johnson 4191 N. Mesa St. El Paso, TX 79902 (915) 832-4714 Philip.Johnson@ibwc.gov Point of Contact (POC) for the USIBWC-Nogales Field Office: The POC for the USIBWC- Falcon Power Plant will act in technical matters and will not be authorized to commit the Government on any contract terms, conditions, or changes in unit price, total price, quantity, or delivery schedule. Any changes to the contract in unit price, total contract price, quantity, quality, or delivery schedule will be made only by the Contracting Officer by executed modification to the contract. Questions Offerors are urged to submit ALL QUESTIONS in writing, in advance by E-Mail to Philip.Johnson@ibwc.gov , referencing the solicitation number RFP 20235201004. Questions should be submitted to arrive no later than close of business day April 15, 2024. While every effort will be made to provide meaningful responses or clarifications to all inquiries, no answer shall be binding by the Government unless submitted in writing by potential offerors and subsequently answered in writing by the Contracting Officer by means of a formal amendment to this solicitation. Inquiries and questions received by the issuing office thirteen (13) calendar days or less prior to the proposal due date may not be considered timely and may not receive a written response. Unless the offeror inserts a longer period of time, proposals will remain valid for a period of 120 calendar days from the date specified for receipt of proposals. 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm fixed price Requirements contract resulting from this solicitation. (End of provision) 52.216-10 Definite Quantity (Oct 1995) The provision at 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. The Offeror shall submit a proposal based on the CLIN structure provided in this Solicitation. The Contractor shall provide a narrative addressing technical acceptability. The narrative shall not exceed three (3) pages. There is no page limit on the other items required by the solicitation. Offers are due by 3:00 PM MDT on Friday, May 2, 2024. Offers shall be emailed to Philip Johnson at Philip.Johnson@ibwc.gov. Offers shall confirm receipt.� Evaluation Factors for Award Basis for Award Award will be made to the lowest priced, technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors. The following factors will be evaluated: (1) Technical Capability, (2) Personnel Experience and Qualifications, (3) Financial Responsibility, (4) Price, and (5) Past Performance. A Government determination that an Offeror's proposal is not acceptable for any of the factors shall render the Offeror's entire proposal as not acceptable. 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) ����� (a) 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, Lowest Price Technically Acceptable. �����Technical and past performance, when combined, are less important when compared to price. ����� (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����� (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The clause at 52.212-3, Offeror Representations and Certifications�Commercial Items, applies to this acquisition. NOTE: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. 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. The following FAR clauses cited in the clause are applicable to the acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-13� Contractor Code of Business Ethics and Conduct. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-8 Utilization of Small Business Concerns. 52.219-14 Limitations on Subcontracting. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor. 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity for Veterans. 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-37 Employment Reports on Veterans. 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-50 Combating Trafficking in Persons. 52.222-54 Employment Eligibility Verification. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-1 Buy American-Supplies 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 52.222-41 Service Contract Labor Standards. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). 52.222-55 Minimum Wages Under Executive Order 13658. ATTACHMENTS: -CLIN STRUCTURE -WAGE DETERMINATION -SCOPE OF WORK -QUESTIONS AND ANSWERES 4.4.2024 -FALCON 138 KV SCHEMATIC -DATA PLATES
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/726d353a46804a2db02612f518f528d1/view)
 
Place of Performance
Address: Falcon Heights, TX 78545, USA
Zip Code: 78545
Country: USA
 
Record
SN07019841-F 20240406/240404230051 (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.