Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

59 -- Installation of New Exhaust/Duct Work and Upgrade of Existing Electrical System - Statement of Work

Notice Date
4/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
A-03455A
 
Archive Date
5/25/2010
 
Point of Contact
Debra Ann Rosa, Phone: 301-975-3679, Debra Ann Rosa, Phone: 301-975-3679
 
E-Mail Address
debra.rosa@nist.gov, debra.rosa@nist.gov
(debra.rosa@nist.gov, debra.rosa@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED EVALUATION OF OFFERS AND SOLICITATION FOR COMMERCIAL ITEMS AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND IS A REQUEST FOR QUOTATION (RFQ). ***This solicitation document #A-03455A and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 with a small business size standard of $14M. This acquisition is a 100% small business set-aside. *** ***The work shall be performed in accordance with the Service Contract Act and the US Department of Labor Wage Determination No. 2005-2473, Revision No.: 8 dated July 10, 2009.*** ***All interested vendors shall provide a quote for the following line item: LINE ITEM 0001: Description: Contractor shall provide all supervision, labor, material and equipment for the installation of new exhaust/duct work and upgrade of existing electrical system for labs in the Hollings Marine Lab (HML) in accordance with the attached Statement of Work and drawing. The offeror shall breakdown labor (including hours and labor category) and materials in the pricing portion of their quote. Offerors shall provide current price lists, catalogs or advertisements showing current labor rates used in the quote for this solicitation. ***A Job Specific Safety Plan is required to be submitted to the Contracting Officer’s Safety Representative (COSR) using the attached guidelines within five (5) days after award. Performance of the services in the award cannot begin until the Job Specific Safety Plan is approved by the COSR and a Notice to Proceed has been executed.*** ***The Government intends to award a firm-fixed price purchase order as a result of this Combined Synopsis/Solicitation to the offeror that provides the lowest price, technically acceptable (LPTA) quote in accordance with the attached Statement of Work; the terms and conditions set forth herein; and the following technical acceptability standards that shall be used for evaluation purposes: CORPORATE EXPERIENCE WITH PROJECTS SIMILAR IN SIZE, COMPLEXITY AND SCOPE The offeror shall provide a brief description of three projects similar in size, complexity and scope that were successfully completed within the last eight years that involved the installation/modification of laboratory exhaust duct work and upgrading existing electrical service to be considered technically acceptable. Offeror must also demonstrate their ability and actual performance of working with Metasys® System Energy Management proprietary software (Johnson Controls Inc.) for managing laboratory supply air and exhaust as it pertains to the Energy Management Computer System. PROPOSED PROJECT TEAM The field service technicians proposed to do the exhaust and air balancing services required in this RFQ must be certified to work with Johnson Controls Metasys® System Energy Management software. Copies of such certifications are required with your quote submission. EXPERIENCE MODIFICATION RATING (EMR) To be technically acceptable, the offeror must demonstrate their current EMR is 1.0 or less by submitting documentation from NCCI or their state rating agency. PAST PERFORMANCE Past Performance will be evaluated based on the references provided IAW FAR 52.212-1(b)(10) and an analysis of the brief descriptions and responses from the contacts provided from the projects included in the corporate experience portion of the quote submission, and any other sources the Contractor or Contracting Officer may identify. Overall quality of performance, project schedule, responsiveness, adherence to order requirements, and customer satisfaction will be evaluated. In addition, the currency and relevance of the information, source of the information, context of the data, and general trends in Contractor’s performance will be considered. In order to conduct a past performance review, offerors shall provide three (3) contacts including the vendor, e-mail address, current phone number; contract number and dollar value of the contract; the address/e-mail address/telephone number of the Contracting Officer; and the date the services were completed. Past performance will be conducted only on offers that are technically acceptable in all of the evaluation criteria. All relevant past performance evaluations shall be satisfactory or better. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation – Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: 52.204-7 CCR Registration; 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs; 52.219-6 Notice of Total Small Business Set-Aside 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons 52.222-41, Service Contract Act of 1965, As Amended (JULY 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); 52.225-1 Buy American Act – Supplies; 52.225-3 Alt. 1 Buy American Act – Free Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.227-14 Rights in Data (General) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.236-13 Alt. 1 Accident Prevention 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.252-2 Clauses Incorporated by Reference The following Commerce Acquisition Regulations apply to this acquisition: 1352.211-70 Statement of Work/Specifications; 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC Site; 1352.201-70 Contracting Officer’s Authority; 1352.201-71 Contracting Officer’s Technical Representative; 1352.208-70 Printing; 1352.209-71 Organizational Conflict of Interest; 1352.214-70 Pre-Bid/Pre-Proposal Conference and Site Visit; 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures 1352.228-70 Insurance Coverage; 1352.228-72 Deductibles Under Required Insurance Coverage; 1352.233-70 Harmless from Liability; 1352.252-70 Regulatory Notice; 1352.209-73 Compliance with the Laws; and NIST Local_04 Billing Instructions ***The clauses stated herein may not be all inclusive and any additional clauses determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices may apply and be included in any award as a result of this solicitation.*** ***Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***A site visit is scheduled for May 4, 2010 at 10:00 am in the front lobby of the Hollings Marine Laboratory – 331 Fort Johnson Road, Charleston, South Carolina 29412.*** Offerors are urged to participate in the scheduled site visit to view where services are to be performed. In no event shall failure to inspect the site constitute grounds for a claim after award. Please e-mail requests to attend site visit, including full names as they appear on their pictured ID and country of citizenship to: martin.burnett@noaa.gov by 3:00 pm on May 3, 2010. Any questions resulting from the site visit must be e-mailed to the Contract Specialist by May 5, 2010 at 12:00 pm at debra.rosa@nist.gov *** ***All quotes (one original and two copies) shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Debra Ann Rosa, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 or debra.rosa@nist.gov. and received not later than 12:00 p.m. local time by COB on May 10, 2010. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. *** ***Offerors shall ensure that the Reference number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivered quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contract Specialist (Debra Ann Rosa). NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, Bldg., Room Number, etc.). Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the campus. Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***Any and all questions or concerns regarding this solicitation should be forwarded in writing via e-mail NLT May 5, 2010 at 12:00 pm to the Contract Specialist (Debra Ann Rosa) at debra.rosa@nist.gov. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/A-03455A /listing.html)
 
Place of Performance
Address: 331 Fort Johnson Road, Charleston, South Carolina, 29412, United States
Zip Code: 29412
 
Record
SN02126839-W 20100422/100420235027-49822ec8209371399baf221c9e662cd5 (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.