Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

J -- WFO Sewage Grinder Pump Replacements

Notice Date
7/1/2024 1:17:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M324Q0324
 
Response Due
7/16/2024 8:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
VIGIL, ISABEL, Phone: 3035788031
 
E-Mail Address
ISABEL.VIGIL@NOAA.GOV
(ISABEL.VIGIL@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Services for sewage grinder pump replacements (i) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M324Q0324. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 (May 2024). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 562991. The small business size standard is $9.0 million. (v) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for lift station sewage grinder pump replacements at the Weather Forecast Office (WFO) in Jacksonville, FL, in accordance with the Statement of Work. Work to be completed within 60 days of award. (vi) Description of requirements is as follows: See attached Statement of Work, and Department of Labor Wage Rates: WD 2015-4539, Revision No. 23 which can be found on: https://sam.gov/content/wage-determinations STATEMENT OF WORK TO Replace (2) Two Grinder Sewage Lift Station Pumps AT JACKSONVILLE WFO OBJECTIVE The National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS) Southern Region Headquarters is seeking services to replace two (2) sewage grinder pumps and all required pump hardware in the lift station situated at the Weather Forecast Offices (WFO) in Jacksonville Florida. EXISTING CONDITIONS The Lift Station has been in service since 1998 all materials and equipment are original and has expended its recommended useful service life. The Lift Station has only one pump that is in operational status, the second pump has failed and has been diagnosed unrepairable. Two pumps required by codes and regulations. SCOPE The work to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The National Weather Service (NWS) expects a �turnkey� solution for this project. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the work in good faith shall be provided by the Contractor as though originally so indicated, at no increase in cost to the Government. TASKS 1) Waste Water Pumps: Remove and dispose existing pumps. Furnish and install two new pumps in compliance with local state codes (Submersible Wastewater Pumps). Modify existing wiring and electrical circuits feeding the pumps for compliance with NEC requirements. New pumps shall be: a) Submersible Sewage Grinder type. b) 2 HP, 460 Volts, 3-Phase. c) Each pump shall be equipped with a submersible cable (SUBCAB) suitable for submersible pump applications. d) Each pump shall be fitted with adequate length of lifting chain or stainless-steel cable. The working load of the lifting system shall be 50% greater than the pump unit weight. e) The pump system shall be capable of alternate in service. f) Remove and replace existing discharge pipe. 2) Testing: a) After all pumps and control system have been completely installed, Contractor shall conduct a function test. b) Testing shall be conducted in the presence of a Government representative. Pump tests are necessary to indicate that pump efficiency and discharge conform to the Specifications. Field tests shall include all power, water or wastewater, labor, equipment and incidentals required to complete the field tests. c) If the pump performance does not meet the Specifications, corrective measures shall be taken or pumps shall be removed and replaced with pumps, which satisfy the conditions, specified. d) The Contractor shall check all motors for correct lubrication in accordance with manufacturer's instructions. The Contractor shall check direction of rotation of all motors and reverse connections, if necessary. GENERAL REQUIREMENTS FOR ALL TASKS 1) Electrical installation shall follow the requirements of the National Electric Code (NEC) for the hazardous classification of the area where it is being installed. 2) The Contractor shall fully cooperate at all times with the Government in order to maintain the operation of the existing water and/or sewer system with the least amount of interference and interruption possible. The schedule, plans, and work of the Contractor shall at all times be subject to alteration and revision if necessary for public health and safety considerations. The creation of a public nuisance will not be permitted. If the Contractor must cause an interruption, Contractor shall notify and coordinate the interruption with the TPOC, four (4) working days in advanced. 3) The Contractor shall remove all excess material and shall clean up and restore the site to its original condition or better. All damage, as a result of work under this Contract, done to existing structures, pavement, driveways, paved areas, curbs and gutters, sidewalks shrubbery, grass, trees, utility poles, utility pipe lines, conduits, drains, catch basins, flagstones, rocked, graveled, or stabilized areas of driveways, and including all obstructions not specifically named herein, shall be repaired, or replaced, as determined by the TPOC. Site restoration shall be done in a timely manner as the work progresses. 4) All material furnished for this project shall be new and unused. Any material, which has become excessively weathered or damaged since manufacture, shall not be considered as new. TPOC shall be the sole judge as to what constitutes excessive weathering or damage. 5) The Contractor shall provide all personnel and equipment required to complete all work specified herein. 6) The Contractor shall submit cut-sheets for all equipment, hardware and materials of all type to be installed in this project. NWS must approve equipment cut-sheets prior to ordering. 7) Unless noticed otherwise, all exterior equipment, fittings and hardware shall be aluminum, marine grade 316 stainless steel or hot-dip galvanized. 8) Contractor shall be responsible for restoring work site to its original condition. 9) All material and equipment shall be new and of the latest technology. 10) The Contractor shall comply with all local, state, and Federal environmental, health, and safety regulations while conducting this work. In addition, the Contractor shall ensure that all work follows the applicable codes and be responsible for all licenses, permits and fees required to complete this project. 11) All work contained in this Statement of Work shall be completed in a professional and workmanlike manner, per manufacturers' specifications and requirements and in accordance with industry standards and practices, and in accordance with the latest edition of Local, State and Federal regulations. 12) Disposal: unless specified otherwise by the Government, the Contractor will be required to properly remove and dispose of all construction and/or demolition waste material in an environmentally friendly manor. 13) Provide Operation and Maintenance manuals, including detailed operation procedures, and a recommended spare parts list. HOURS OF OPERATION. Work shall be performed between 7:00am & 5:00pm Monday thru Friday unless otherwise approved by the TPOC. Contractor agrees to observe all Federal Holidays, and any other day off work designated by Federal Statute, Executive Order, or Presidential Proclamation: New Year�s Day, Labor Day, Columbus Day, Veteran�s Day, Thanksgiving, Christmas, Memorial Day, Presidents Day, Independence Day & Martin Luther King Day. GOVERNMENT CONTACT The Technical Point of Contact (TPOC) will serve as the Government�s point of contact for all submissions. Service Contract Labor Standards (SCLS) The Contractor shall comply with the current wages of the Service Contract Labor Standards. County for Jacksonville, FL is Duval. SAFETY AND EMERGENCY PLAN 1) The Contractor shall observe and institute all applicable OSHA safety requirements and procedures to prevent accidents and injuries to both Contractor and Government employees including 40 CFR 1926 Subpart M for fall protection requirements. 2) The Contractor shall designate one person as Safety Coordinator for purposes of communication between the Contractor and the National Weather Service TPOC. GOVERNMENT PROVIDED MATERIALS AND/OR SERVICES A. EXCLUSIONS: Unless otherwise indicated elsewhere in this request for proposal (RFP), the Government will provide no data, materials, equipment and/or services to the Contractor. Any and all research required to fulfill the SOW described herein, shall be the responsibility of the Contractor. The Government retains the right to request the Contractor to acquire additional information on behalf of the Government. B. WARRANTY: The Government does not warrant that any documents provided as attachments to be free from discrepancies, ambiguities, errors, omissions, or changing conditions. It is the responsibility of the Contractor to confirm existing conditions and resolve discrepancies between documents. PLACE OF PERFORMANCE JACKSONVILLE WFO 13701 Fang Drive Jacksonville, FL 32218 PERIOD OF PERFORMANCE: Work to be completed within 60 days from date of award END OF STATEMENT OF WORK (vii) Date(s) and place(s) of delivery and acceptance: Work to be completed within 60 days of award. Place of Performance is JACKSONVILLE WFO 13701 Fang Drive Jacksonville, FL 32218 (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on 7/16/2024. All quotes must be submitted electronically via email to Isabel.Vigil@noaa.gov. (xvi) Any questions regarding this solicitation should be submitted electronically via email to Isabel.Vigil@noaa.gov. UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Isabel.Vigil@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 7/12/2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Shane Still 904-635-0360 shane.still@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to Isabel.Vigil@noaa.gov. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non- responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Isabel.Vigil@noaa.gov. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted. 1. Technical Acceptability/Capability 2. Price THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). (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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following; 1. Technical Acceptability/Capability. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 2. Price. The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (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)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e29619c9c9234876a88e4e50adc51f57/view)
 
Place of Performance
Address: Jacksonville, FL, USA
Country: USA
 
Record
SN07113501-F 20240703/240701230107 (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.