Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

99 -- Install Furnaces

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
 
ZIP Code
17325
 
Solicitation Number
Q4320100412
 
Response Due
4/21/2010
 
Archive Date
4/14/2011
 
Point of Contact
Kever L.Swafford Contract specialist 7173343139 KSwafford@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1.Classification Code:1711-Boiler, heating, installation 2. NAICS Code: 238220-Furnace Installation 3. Solicitation Number: Q4320100412 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 7. This action is full and open business participation. 8. BID SCHEDULE:BMC Furnace replacement (2).High efficiency Furnace and associated parts 2Ea Total Price=Labor and installation Total Price=Grand total for Two Units = Specifications: Turnkey installation of (two) high efficiency oil fired Olsen warm air furnace or Equal to include all labor, ducting, piping and wiring to complete installation. Both units will be adapted in to existing duct work and smoke pipe. New thermostats, draft regulators and fire-matic safety valves will be installed at each unit. Work is to be completed in kind with one exception, that the down flow unit is to have the air-conditioning evaporator coil installed on the air outlet site of the furnace. Work will include all labor, piping and wiring to complete installation. Provide a 5 year limited parts warranty, and one year warranty on workmanship. Installation to comply with NFPA Fire Code. Further and detailed instructions and requirements can be found in the attached scope of work. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Feb 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Feb 2009), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (JUN 2007)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Feb 2009), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q4320100412. Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is April 21, 2010 at 04:00 pm, Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Furnace removal and replacement.Turn key installation of (two) high efficiency oil fired Olsen warm air furnace that matches current to include all labor, ducting, piping and wiring to complete installation. Installation of (One) Olsen HTL-120D furnace or Equal, will be up-flow style high efficiency and come with complete Beckett AFG flame retention oil burner and Honeywell controls.Installation of (One) Olsen MPL-120B or Equal, furnace will be down flow high efficiency oil fired warm air furnace and come with complete Beckett AFG flame retention oil burner and Honeywell controls. Both units will be adapted in to existing duct work and smoke pipe. New thermostats, draft regulators and fire-matic safety valves will be installed at each unit.Work is to be completed in kind with one exception, that the down flow unit is to have the air-conditioning evaporator coil installed on the air outlet side of the furnace. (Current installation is improper and is inefficiently installed on the inlet side).Work will include all labor, piping and wiring to complete installation.Provide a 5 yr limited parts warranty, and one year warranty on workmanship.Installation to comply with NFPA Fire Code.Contractor shall submit type and model of furnace to be installed.CONTRACTOR'S USE OF PREMISESContractor shall at all times conduct his operations to ensure the least inconvenience to the public. Contractor shall erect barricades to prevent entry to the construction area during construction. Preservation of Natural Features: Confine all operations and storage of materials to immediate area of the project. Prevent damage to natural surroundings. Restore damaged areas and replace damaged trees and plants, at no additional expense to the Government. Provide temporary barriers to protect existing trees and plants and root zones. Do not remove, injure, or destroy trees or other plants without prior approvalHauling Restrictions: Comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the state load restrictions. A special permit will not relieve Contractor of liability for damage that may result from moving of equipment.SPECIAL CONSTRUCTION REQUIREMENTSThe Contractor shall work during daylight hours only. No work will be allowed on Saturdays, Sundays, or Federal Holidays. FIELD VERIFICATIONThe Contractor is responsible for field checking and verifying all measurements and site conditions prior to submitting a bid. Failure of the Contractor to inspect the sites will not constitute grounds for withdrawal of bid or of a claim after award of the contract. In the event additional information about this contract is desired, please contact the Contracting Officer.Construction Materials: The Contractor is strongly encouraged to submit for approval products made out of recycled or environmentally responsible material. Every effort will be made by the National Park Service to approve these materials.QUALITY ASSURANCEThe quality of all work shall be the responsibility of the prime Contractor. Inspect and test all work often enough, including all subcontractors' work, to ensure that the quality of materials, workmanship, construction, finish, and functional performance is in compliance with applicable specifications and drawings.SAFETY AND ACCIDENT PREVENTION PROGRAMThe Contractor shall be responsible for all employee safety on the work site and shall establish an effective accident prevention program and providing a safe environment for all personnel and visitors. Report any and all accidents or injuries that occur to the Contracting Officer. Place all require protective barriers and take all necessary measures to assure unauthorized persons do not enter the work site. Assure there are no hazards to park visitors during execution of the work. ACCIDENT PREVENTION PLAN: Before on site work begins, submit to the Contracting Officer for approval, an accident prevention plan, containing as a minimum, the following information:1.Name of responsible supervisor to carry out the program.2.Safety meetings - As a minimum, conduct an ample "toolbox" daily safety meeting. These meetings shall be conducted by a responsible person and attended by all construction personnel at the worksite. 3.First aid procedures - Provide adequate facilities for the number of employees and the type of construction at the site. Provide adequate training to ensure prompt and efficient first aid.4.Hazard Assessment - Outline of each phase of the work, the hazards associated with each major phase, and the methods proposed to ensure property protection and safety of the public, National Park Service personnel, and Contractor's employees. 5.Training - Assure all employees have adequate initial and continuing training for the tasks that they perform. Also, train and instruct each employee exposed to hazardous materials (explosive, flammable, poisonous, corrosive, oxidizing, irritating, or otherwise harmful substances that could cause death or injury) in safe and approved methods of handling and storage. 6.Emergency Planning - Planning for possible emergency situations including floods, fires, cave-ins, wind storms, etc. 7.Housekeeping - Keep project site in a clean, neat, and safe condition at all times.8.Fire Protection - Maintain adequate and proper fire protection equipment on site at all times.B.EMERGENCY INSTRUCTIONS: Post telephone numbers and reporting instructions for ambulance, physician, hospital, fire department, and police in conspicuous locations at the work site.C.QUALIFICATIONS OF EMPLOYEES: Ensure that employees are physically qualified to perform their assigned duties in a safe manner. Do not allow employees to work whose ability or alertness is impaired because of drugs, fatigue, illness, intoxication, or other conditions that may expose themselves or others to injury. Operators of vehicles, mobile equipment, hoisting equipment, and hazardous plant equipment shall be capable of operating such equipment. D.ACCIDENT REPORTING: Notify Contracting Officer immediately in the event of a reportable accident. A reportable accident is defined as death, occupational disease, traumatic injury to employees or the public, property damage by accident in excess of $100, and fires. Within 7 days of a reportable accident, fill out and forward to the Contracting Officer a DI 134 form, which may be obtained from Contracting Officer. The Contractor shall report all other accidents to the Contracting Officer as soon as possible and assist the Contracting Officer and other officials as required in the investigation of the accident.E.EQUIPMENT: Equipment or tools not meeting OSHA requirements shall not be allowed on the project site. Submit a copy of test reports, as required by OSHA, for personnel working with hazardous materials. Upon request, submit proof of employees' qualifications to perform assigned duties in a safe manner.F.PERSONNEL PROTECTIVE EQUIPMENT: All PPE shall meet the requirements of NIOSH. Inspect personal protective equipment daily and maintain in a serviceable condition. Inspect and maintain other protective equipment and devices before use and on a periodic basis to ensure safe operation.G.HARD HATS AND PROTECTIVE EQUIPMENT AREAS: Hard hat areas shall be designated by the Contractor in accordance with OSHA requirements. The hard hat area shall be posted by the Contractor and it is the Contractor's responsibility to require all those working on or visiting the site to wear hard hats and other necessary protective equipment at all times. H.EGRESS: Provide and maintain adequate egress at all times in accordance with the Life Safety Code (NFPA 101 94).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4320100412/listing.html)
 
Place of Performance
Address: Delaware Water Gap NRA1 River RoadBushkill, PA
Zip Code: 18324
 
Record
SN02121447-W 20100416/100414234807-bc411015aa31378fed46b07f0f3fef58 (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.