Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2008 FBO #2426
SOLICITATION NOTICE

S -- STORAGE WATER GENERATOR

Notice Date
7/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Edgefield, PO Box 723, 501 Gary Hill Road, Edgefield, South Carolina, 29824
 
ZIP Code
29824
 
Solicitation Number
RFQ30303-0029
 
Response Due
7/28/2008 10:00:00 AM
 
Archive Date
12/31/2008
 
Point of Contact
DANA C. JOHNSON,, Phone: 803-637-1340
 
E-Mail Address
DCREWS@BOP.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Federal Correctional Institution, Edgefield, South Carolina intends to negotiate on a sole source basis under the authority of FAR Part 6.302-1 with Manchester Plumbing Specialties, 13252 Manchester, Grandview, MO 64030. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 13.5 and the format in FAR 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 solicitation is being issued as a Request for Quotation (RFQ) as RFQ 30303-0029-8. The Government anticipates awarding this requirement as a Firm Fixed Price contract. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification System code is 238220 with a small business size standard of $13 million. The requirement at FCI Edgefield is for (1) 600 gallon, PVI QuickDraw storage type water generator with a storage tank. The delivery of the system is to be no later than September 12, 2008. The vendor will agree to adhere to all regulations and policies prescribed by FCI Edgefield and the Bureau of Prison during and after the installation of the water generator. ADDITIONAL INFORMATION FOR YOUR CONSIDERATION: Central Contractor Registration (CCR) and Payment Information in accordance with FAR 4.1102, the Government requires contractors be registered in the Central Contractor Registration (CCR) database in order to facilitate Electronic Funds Transfer (EFT) payment for deliveries or performance under the respective task orders. The contractor may register for CCR at http:// www.ccr.gov/. Refer to FAR clause 52.232-33. The Data Universal Number System (DUNS) number is the primary vendor identifier in CCR. The RFQ incorporates the following provisions and clauses that are in effect through Federal Acquisition Circular 2005-26. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008), subsection (a), (b), (f), (g), and (j); Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2008); Clauses 52.214-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) subsection (b) 1, 3, 7, 10, 13-19 and 30 applies; Clauses 52.228-5 Insurance-Work on a Government Installation (JAN 1997); Clause 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984); Clause 52.204-7 Central Contractor Registration (APR 2008); Clause 52.204-9 Personal Identity Verification of Contractor Personnel (APR 2008); Clause 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FED 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. 52.211-6 Brand Name or Equal (AUG 1999). All clauses and provisions can be accessed electronically at www.arnet.gov/far. The following requirements apply to those individuals delivering services inside the institution. 1. National Crime Information Center (NCIC) Check. 2. DOJ-99, Name Check. 3. FD-258 Fingerprint Check. 4. Law Enforcement Agency Check. 5. Vouchering of employers over the past five year. 6. Resume/Personal Qualifications. 7. OPM-329-A, Release of Information. 8. NACI Check (if applicable). Any individual who does not pass the security clearances will be unable to work within the secure perimeter of the institution. The final determination and completion of the security investigation procedures will be made at the sole discretion of FCI Edgefield. Once the contractor employee clears the initial screening requirements, a urinalysis test will be required before the individual will be disqualified from performing under the contract. If the contractor clears both the initial screening requirements and urinalysis test, that individual will be issued a pass for access into the institution. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his or her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. This contract will be awarded utilizing Simplified Acquisition Procedures. Any firm that believes it can meet the requirements may give written notification to the Contracting Officer by the deadline for receipt of quotes. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the sole source acquisition to Manchester Plumbing Specialties. All contractor responses shall be submitted to the address listed no later than July 28, 2008 at 10:00 a.m. Eastern Standard Time. All quotes shall be clearly marked with RFQ 30303-0029-8. All vendors are hereby notified that if your quote is not received by the date/time and location specified in this notice, it will not be considered. This solicitation is distributed solely through the General Service Administration’s Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Responses may be faxed to (803) 637-7161, but please call to confirm your fax was received. Or your responses can be e-mailed to dcrews@bop.gov by the deadline stated above. Indicate if your firm’s CAGE code, Duns and Bradstreet Number, Tax ID Number, and GSA Schedule should you have one. The requested quotations do not constitute a commitment, implied or otherwise, that a procurement action will be issued. All written responses must include a written narrative statement of capability, including detailed technical or commercial information demonstrating their ability to meet the above requirements. The response must sufficient to permit agency analysis to establish a bonafide capability to meet the requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f591c9f32307633f0a23d3de02776545&tab=core&_cview=1)
 
Place of Performance
Address: FEDERAL CORRECTIONAL INSTITUTION, 501 GARY HILL ROAD, EDGEFIELD, South Carolina, 29841, United States
Zip Code: 29841
 
Record
SN01615815-W 20080718/080716222047-f591c9f32307633f0a23d3de02776545 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.