Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2004 FBO #1091
SOLICITATION NOTICE

59 -- Reroute electrical supply

Notice Date
7/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, MCC San Diego, Metropolitan Correctional Center 808 Union Street, San Diego, CA, 92101
 
ZIP Code
92101
 
Solicitation Number
DJB61005-0007-4
 
Response Due
7/23/2004
 
Point of Contact
Lynda Reyes, Contract Specialist, Phone (619) 232-4311, ext. 622, Fax (619) 231-4913, - Lynda Reyes, Contract Specialist, Phone (619) 232-4311, ext. 622, Fax (619) 231-4913,
 
E-Mail Address
lreyes@bop.gov, lreyes@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 the notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. (ii) Solicitation #DJB61005-0007-4. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #24. (iv) Contractor must be registered with Dun and Bradstreet with a DUNS number. This DUNS number must be recorded in the Central Contractor Registration (CCR) with a current, not expired, registration. Both Dun and Bradstreet, as well as CCR, can be accessed through http://www.fpdc.gov. (v) Payment will be by Electronic Funds Transfer on a Net 30 Days ARO procedure unless otherwise annotated. (vi) A single award will be made on a fixed price basis to the offeror that provides the best value to the government, which will be determined by considering the evaluation factors stated in this solicitation. Award will be made under simplified acquisition procedures. (vii) The Federal Acquisition Regulation (FAR) provisions at 52.212-1, Instructions to Offers-Commercial Items, apply to this acquisition. (viii) 52.212-2, Evaluation - Commercial Items (The evaluation criteria affecting award of this quotation are price and past performance.) (ix) Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with quotation. This provision is available to the offeror online at http://www.arnet.gov/far. THE FOLLOWING FAR CLAUSES APPLY TO THIS ACQUISITION: (x) 52.212-4, Contract Terms and Conditions - Commercial Items; (xi) 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items; (xii) 52.219-6, Total Small Business Set-Aside; (xiii) 52.222-41, Service Contract Act of 1965, as Amended. Applicable wage rates for this solicitation can be obtained at http://www.wdol.gov/sca.aspx#8 which are service wage rates for San Diego County, California; (xiv) 52.233-2, Service of Protest; (xv) 52.237-1, Site Visit; (xvi) 52.249-4, Termination for Convenience of the Government (Services) (Short Form); (xvii) 52.249-8, Default (Fixed-Price Supply and Service); and (xviii) Justice Acquisition Regulation (JAR) 2852.201-70, Contracting Officers Technical Representative (COTR). (xix) This service to reroute the electrical power supply to the Food Service Department at the Metropolitan Correctional Center, San Diego, (hereafter referred to as MCC, San Diego), shall be performed in accordance with the following Statement of Work (SOW). (xx) STATEMENT OF WORK A. SCOPE OF WORK The contractor shall reroute the electrical power supply to the Food Service Department and install new 250 amp NEMA III panels, shut tripping capabilities with new breakers at MCC, San Diego, located at 808 Union St., San Diego, CA. 92101. (*Please see footnote 1 at the end of this Statement of Work.) B. OPERATION SPECIFICATIONS 1. The contractor shall use pre-existing 4 inch diameter conduit to install 85 feet of 3 phase with ground, 208 volt, 300 MCM electrical power supply cable to a predetermined location in the rear sallyport of MCC, San Diego. The contractor shall ensure all cables are continuous runs with no splices. 2. The contractor shall be responsible for providing and installing three (3) 250 amp NEMA III, 208 volt, 4 wire, 3 phase breaker panels with 42 breakers each, with installed shut trip capabilities on each panel. The panels shall include all required breakers to supply pre-existing electrical load requirements. The panels shall be securely fastened to existing concrete walls. 3. The contractor shall install an electrical cable race way for all electrical power from the new panels to a common point of connection in the kitchen ceiling. 4. The contractor shall be responsible for all core drilling required. 5. The contractor shall be responsible to provide and install all supports as per the NEC and the manufactures recommendation. 6. Any interference removed during the removal and installation phase shall be the contractors responsibility to replace as required. C. INSULATION 1. The contractor will be responsible for labor and materials to seal all wall penetration areas caused by contractor that occur during core drilling. D. OTHER CONSIDERATIONS 1. To facilitate normal operations of the institution, all work shall be conducted after regular business hours (8:00pm - 6:00am), Monday- Friday, (excluding Federal holidays), unless approved by the COTR (Contracting Officers Technical Representative) in advance. 2. The contractor will submit name(s), drivers license number(s) and social security number(s) for all employees, sub-contractors or principle contractors who are expected to enter the institution to perform work. This must be done a minimum of 14 calendar days prior to the start of any work. Because of the urgent nature of this work, a completion deadline of 30 calendar days will be in effect from start date of work performance. 3. The contractor shall provide three (3) copies of the Material Safety Data Sheet(s) (MSDS) of all hazardous chemicals coming into MCC, San Diego to the institution’s Safety Manager for approval. If the material is deemed unacceptable, it shall be the contractors responsibility to seek and replace the item with a compatible product. 4. MCC, San Diego will NOT provide any contractor or employee on site parking. 5. The contractor shall honor all manufacture recommendations for installation. 6. The contractor shall provide a written agreement against any installation defects for a period of one (1) year from completion of project. *Footnote 1* A SITE VISIT IS STRONGLY RECOMMENDED, BUT NOT MANDATORY. (xxi) Any deviations from this SOW must be approved in writing, in advance of implementation of changes, by the institution Contracting Officer. (xxii) Quotations are due July 23, 2004, close of business/4:00PST. (xxiii) SECURITY REQUIREMENTS: Contractors and employees will be required to meet residency requirements criteria prior to performance of services. In addition to residency requirements, prospective contractors must agree to the following security investigative procedures: National Crime Information Center (NCIC) check; DOJ-99 (name check); FD-258 (fingerprint check); Law Enforcement Agency checks; Vouchering of Employers; Resume/Personal Qualifications; OPM-329-A (Authority for Release of Information); National Agency Check and inquiries (NACI) check (if applicable); and urinalysis testing. If the proposed contract is with a company and the individual(s) assigned to perform the work test(s) positive for drug usage, the individual(s) shall be excluded from performing under the terms of the contract and the contractor shall provide acceptable replacement personnel who will be subject to the same security requirements. (xxiv) This service is a contractual arrangement and not a personnel appointment. Payment is based on an end product or the accomplishment of a specific result. This service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, contract performance will be monitored and evaluated. (xxv) Contractor performance will be evaluated by the assigned COTR. (xxvi) TECHNICAL/SPECIFICATION QUESTIONS, including MSDS questions, should be directed to Nelson Arias at 619-232-4311, x1334. Appointments for site visits must also be arranged through Mr. Arias. QUOTATIONS can be mailed to: Federal Bureau of Prisons, Metropolitan Correctional Center, 808 Union Street, San Diego, California, 92101, Attn: Lynda D. Reyes. Quotations can also be hand delivered to the same address. Quotations can be accepted via facsimile at 619-231-4913 or via electronic transmission to lreyes@bop.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-NOV-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/61005/DJB61005-0007-4/listing.html)
 
Place of Performance
Address: Metropolitan Correctional Center, 808 Union Street, San Diego, California
Zip Code: 92101
Country: USA
 
Record
SN00711207-F 20041121/041119214126 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.