Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

J -- REPLACE COOLING TOWER FILL AND DRIFT ELIMINATOR ON FIVE TOWERS AT MEMPHIS TN IRS CENTER

Notice Date
9/22/2007
 
Notice Type
Modification
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, GA, 30341, UNITED STATES
 
ZIP Code
30341
 
Solicitation Number
TIRSE-07-Q-00029
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Point of Contact
James Brown, Contract Specialist, Phone 404-338-9219, Fax 404-338-9231,
 
E-Mail Address
james.brown@irs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 03 is made to confirm DUE DATE of quotes. Due date is 9/26/07 at 1:00 PM as stated in amendment 01. 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; proposals are being requested and a written solicitation will not be issued. The Reference number is TIRSE-07-Q-00029 and is being issued as a Request for Quote. This is a Commercial Item (CI) procurement using Simplified Acquisition Procedures (SAP) for the replacement of cooling tower components as specified in the Statement of Work (SOW). This acquisition is set aside for small business. The Contractor will be solely responsible for full compliance with all Federal, State, Local and all other applicable laws, policies, rules and regulations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-20. The acquisition will be conducted as a small business set aside. Applicable North American Industry Classification System (NAICS) Codes are: 238230 -Small Business Size Standard of $13 Million, 423730 or 423740- Small Business Size Standard of 100 employees. Award will be made to the Lowest Priced Technically Acceptable offeror. Proposals will be considered only from offerors who are regularly established in the business relevant to the Statement of Work and in the judgment of the Government, are able to show evidence of their reliability, ability, experience , and satisfactory past performance. Prospective contractors should include evidence indicating that they are a business established to manufacture, install, service, or repair of equipment that is the equivalent of the equipment described in the SOW. Contractors must be registered in Central Contractor Registration (CCR) to be awarded this contract. SITE VISIT: A site visit is required and will be conducted at 5333 Getwell Road, Memphis TN on September 18, 2007 at 1:00 PM (Central Time). Vendors planning to attend the Site Visit must notify the IRS no later than 2:30 PM (Central time) Monday, September 17, 2007. Notification shall be sent via e-mail to Jerry Locke at jerry.locke@irs.gov, CC: james.brown@irs.gov or via fax to James Brown at 404-338-9231. The request shall contain, at a minimum, the company name and address, as well as the attendee's name and contact number(s). Only those persons on the approved list will be allowed entry onto the site. The visit will be conducted at this address: IRS, 5333 Getwell Rd, Memphis, TN 38118. Representatives should arrive at Gate I of the facility between 12:30PM and 1:45PM to sign in and be escorted to the area where the towers are located. Each person shall have photo identification with them in order to obtain entry onto the site (no one will be allowed in without photo identification). PRICE SCHEDULE: Submit a firm fixed price for the entire job as described in the statement of work. PERIOD OF PERFORMANCE: Contract award date until completion. PLACE OF PERFORMANCE: Internal Revenue Service 5333 Getwell Road Memphis, Tennessee 38118 TYPE OF CONTRACT: The Government contemplates award of a firm fixed price contract STATEMENT OF WORK: General Information: One (1) cooling tower has five (5) cells. It is located in Module H of the Center and is identified as CT1H, CT2H, CT3H, CT4H, and CT5H. This tower is NC8035 Marley Packaged Series NCM 5 cell cooling tower, with each cell to cool 2,400 GPM from 95?F to 85?F at 80?F wet bulb. Four (4) cooling towers have 2 cells each. They are located in Module K of the Center and are identified as CT-K1, CT-K2, CTK3, and CT-K4. These towers are NC7012 Marley Packaged 2 Cell Series NC cooling towers, with each tower to cool 2,700 GPM from 95?F to 85?F at 80?F wet bulb. MIRSC requires that all fill, louvers, and drift eliminators in all cooling towers be replaced per specifications in this SOW. All cooling towers are located in the service yard. 1. Remove all existing fill, louvers, and drift eliminators. Dispose of all demolition material per federal, state and local laws and regulations, as applicable. 2. Install new fill, louvers, and drift eliminators per Marley specifications. However, minimum PVC mil thickness shall be 15 mil for fill and louvers, and 17mil for drift eliminators. 3. All cooling tower products shall be installed per manufacturer?s recommendation. Where no manufacturer recommendation exist contractor shall provide proposal/shop drawings for approval. 4. All work shall be accomplished during normal working hours M-F. 5. All work shall be accomplished with no disruption to IRS operations. 6. All work shall be performed outside; therefore, contractor shall be responsible for their own toilet facilities. 7. Contractor shall ensure work area is cleaned of debris at the end of each work day and at completion of job. 8. Contractor shall stage materials, equipment, and vehicles only in areas identified by the IRS. 9. A site visit is required by all bidders on date and time specified by the Contracting Officer prior to final bid. ADDITIONAL REQUIREMENTS: The Service Contract Act of 1965 applies to this acquisition unless the offeror executes the certification below. If the certification does not apply the successful offeror is required to pay workers working under the contract no less than the minimum wages and fringe benefits specified in Department of Labor Wage Determination Number 2005-2495, Revision 6, dated 08/17/2007 which can be obtained at the following website: www.wdol.gov/. PERMITS, LICENSES AND CERTIFICATES: (a) In performance of work under this contract, the Contractor shall be responsible for determining and obtaining all necessary permits, licenses and certificates and for complying with all applicable Federal, State, and Municipal laws. (b) The contractor will be responsible for all fees and assessment associated with each and every permit, license or certificate necessary under this contract. 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective -- (1) For such period as the laws of the State in which this contract is to be performed prescribe; or 2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors? proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) In accordance with FAR 52.228-5 Insurance -- Work on a Government Installation (Jan 1997) the Contractor shall furnish the IRS a CERTIFICATE OF INSURANCE, showing insurance coverage appropriate to its type business and as required by the state or local Government. The Certificate of Insurance shall provide for at least thirty days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned INSURANCE clause. FAR CLAUSES AND PROVISIONS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ Federal Acquisition Regulation (48 CFR Chapter 1) Clauses Incorporated by Reference 52.204-7 Central Contractor Registration - July 2006 52.212-1 Instructions to Offerors-Commercial Items - Sep 2006 52.212-2 Evaluation - Commercial Items - Jan 1999 52.212-3 Offeror Representations and Certifications -- Commercial Items - Aug 2007 52.212-4 Contract Terms and Conditions -- Commercial Items - Feb 2007 ADDENDUM TO 52.212-1-- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS The offeror is advised to carefully read the entire RFQ. Quotes are not solicited and will not be accepted from firms debarred, suspended, or proposed for debarment. All questions concerning this request for quote should be directed to the Contracting Officer, James Brown, in writing, Fax questions to 404-338-9231 or e-mail them to James.brown@irs.gov. Deadline for submission of questions concerning this RFQ is 5:00 PM Eastern time on September 19, 2007. To submit a valid quote to be considered for award, submit information described below to the Contracting Officer, James Brown, in writing, no later than 5:00 PM (Eastern Time) September 24, 2007. Proposals may be faxed to the number above or emailed to the address above. It may be sent via USPS or overnight service to: the attention of the Contracting Officer to: IRS, 2888 Woodcock Blvd., Suite 300, Atlanta, GA 30341. The instructions for preparing the proposal are provided below. Failure to comply with the instructions may result in an offer being rejected for being non-responsive. In response to this RFP the offeror shall submit the following: TECHNICAL PROPOSAL: The technical proposal shall not contain any references to price/costs. Offeror should provide information that indicates its capability to provide the services as per SOW, its understanding of contract requirements, and its approach for successful performance. The technical proposal should include background information on the company and shall include the offeror?s plan of accomplishment, start-up time required, resources to be allotted to the project, and anticipated completion. The proposal shall also list the three most recent projects of this nature that the company has completed. Include (client's name, address, telephone numbers; brief description of services provided; period of performance and dollar amount. BUSINESS/PRICE PROPOSAL -The business/price proposal must include: 1. Price proposal: In addition to quoting a fixed price for the complete job identify material cost and other costs included in the total price. 2. Completed Offerors Representation and Certification. An offeror only needs to complete paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (i) of the provision which is included at the end of this document. 3. Project Manager: Offeror needs to identify the individual who will be responsible for the day to day management of the project addressing that individual?s experience on this type of work and any limitations on his authority. 4. Past Performance Information: Offeror is to identify past or current contracts (include Federal, State, and local government and private) for efforts similar to Government's requirement. Offeror is to provide information on problems encountered on the identified contracts and the offeror's corrective actions. The government shall consider this information, as well as information obtained from any other source when evaluating the offeror's past performance. Offeror shall provide contact information for verification of past performance (may be same clients listed in technical proposal). ADDENDUM TO FAR 52.212 2 EVALUATION COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror with satisfactory past performance, whose offer is determined to be the lowest price and technically acceptable. Technical acceptability will be determined from evaluation of the information submitted as the technical proposal. An offeror will be determined technically acceptable if the Government can determine that the company is regularly established in the business relevant to the scope of work, has satisfactorily completed recent relevant projects, and has an understanding of this project Satisfactory past performance will be determined from information obtained through contacts provided. The government shall consider this information, as well as information obtained from any other source when evaluating the offeror's past performance. In the case of an offeror without a record of past performance or from whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. ADDENDUM TO 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS. Offeror Representations and Certifications?Commercial Items (Aug 2007) An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. Complete text of this provision may be obtained at the following website: http://www.arnet.gov/far/current/html/52_212_213.html 52-212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUN 2007) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer shall check as appropriate.] XXXXXXXX(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (4) [Reserved] XXXXXXX(5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. XXXXXXX (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). ___ (8) (i) 52.219-9, Small Business Subcontracting Plan (Sep 2006)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9 XXXXXXXX(9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (10) 52.219-16, Liquidated Damages?Subcontracting Plan (Jan 1999)(15 U.S.C. 637(d)(4)(F)(i)). ___ (11) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (12) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). XXXXXXX__ (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). __ (17) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). XXXXXXX (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XXXXXXX (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). XXXXXXX (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). XXXXXXX (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). XXXXXXX (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). XXXXXXXX (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (24) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). XXXXXXX (25) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___ (26) (i) 52.225-3, Buy American Act ?Free Trade Agreements ? Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). ___ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (27) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XXXXXXXX (28) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). ___ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). ___ (31) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (32) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XXXXXXXX (33) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (34) 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (35) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (36) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (37) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] XXXXXXXXX (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). XXXXXXXX (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/TIRSE-07-Q-00029/listing.html)
 
Place of Performance
Address: 5333 Getwell Road Memphis, TN
Zip Code: 38118
Country: UNITED STATES
 
Record
SN01416272-F 20070924/070923000028 (fbodaily.com)
 
Source
FedBizOpps 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.