Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

58 -- PWR ARRA LAME 154639 _ UPGRADE & ADD EQUIPMENT TO THE FLASH FLOOD WARNING SYSTEM

Notice Date
4/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - LAME Lake Mead NRA 601 Nevada Way Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
N8364109999
 
Response Due
5/6/2010
 
Archive Date
4/23/2011
 
Point of Contact
Barbara A. Eschels Superv Contract Specialist 7022938909 barbara_eschels@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
This contract is funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). In accordance with contract clause 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements, the contractor is required to register in FederalReporting.gov and report certain information as required by the clause. Reports shall be submitted during the first 10 days after the end of each calendar quarter. To assist you in registering and completing the reporting requirements, the following codes are provided:Treasury Account Symbol (TAS): 14 1035Awarding Agency Code: 1443Government Contacting Office Code: 30000Funding Agency Code: 1443NAICS Code: 334220 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLIMENTED 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. (ii) This acquisition is issued as an RFP, number N8364109999. (iii) The solicitation document and the incorporated provisions and clauses are those in effect thru FAC2005-40. (iv)This procurement is set-aside for small businesses under NAICS code 334220 and the small business size standard is 501-750 employees. (v) Provide line item pricing to upgrade the existing and install additional sirens & monitors in accordance with the attached Service Contract Wage Decision, the Statement of Work and the Technical specifications. Item #1_ Provide & install two (2) new water level monitoring stations. Item #2_Provide & Install one (1) new rain monitoring station. Item #3_Provide & install one (1) new siren. Item #4_Upgrade one (1) existing rain station. Item #5_Upgrade two (2) existing sirens. Item #6_Configure new stations, upgrade existing software & test system functionality. Item #7_Construction two (2) support walls. Item #8_Shipping, coordination & travel. (vi) SPECIFICATIONS - GENERALThe contractor shall upgrade and provide additional equipment to the existing automated flash flood monitoring and warning system used to notify the public in the developed area of Cottonwood Cove of flash flood dangers. The new equipment must be compatible and be able to fully integrate with the existing system. The Contractor shall furnish all labor, tools, and materials required to upgrade and/or install new equipment to the existing system. The Contractor shall test the functionality of the entire system once the upgrades and additions are completed. (viii) Provision 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. (ix) Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Evaluation factors = Price & price related factors only. (x) Provision 52.212-3, Offeror Representations & Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) 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 (c) through (m) of this provision. This provision and all other FAR provisions and clauses are available at www.acquisition.gov. (xi) Clause 52.212-4, Contract Terms & Conditions - Commercial Items, applies to this contract. (xii) Clause 52.212-5, Contract Terms & Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. The following apply to this acquisition, as cited in FAR 52.212-5: FAR 52.203-15; FAR 52.252.219-06; FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.223-09; FAR 52.223-15; FAR 225-03; FAR225-13; FAR 52.232-33, FAR 52.222-41. FAR 52.212-5 Alt II applies to this acquisition. (xiii) FAR 52.204-11 APPLIES TO THIS ACQUISITION. Service Contract Act Wage Decision 2005-2331 applies to this acquisition. (xv) Offers are due THURSDAY, MAY 6, 2010 at 2:00 pm local time. (xvi) POC: Barbara Eschels, barbara_eschels@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8364109999/listing.html)
 
Place of Performance
Address: COTTONWOOD COVELAKE MEAD NATIONAL RECREATION AREABOULDER CITY, NV 89005
Zip Code: 890052426
 
Record
SN02130446-W 20100425/100423234949-c8f0de02aa395d48a093701f11533927 (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.