Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

Z -- sprinkler System for Building # 43

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
 
ZIP Code
31793
 
Solicitation Number
Building43
 
Archive Date
9/6/2011
 
Point of Contact
Thomas D. Maze, Phone: 229-386-3496
 
E-Mail Address
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-11-4389-10 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-38. The NAICS code applicable to this acquisition is 238220. The small business size standard is $14,000,000. This procurement is set aside for small business. Statement of Work for Installation of Sprinkler system in USDA/ARS SEWRL Building 43, Tifton Ga. General Information/ Project Summary •A. Bldg 43 is a single story steel fabricated building with a concrete slab foundation, drywall ceilings and a full attic space. This building contains a combination of laboratory and office spaces. The building was erected in 1983. USDA is soliciting for the installation of a wet pipe sprinkler system to provide coverage for all lab and office spaces in this building. Contractor shall supply and install approximately 30 feet of water line appropriately sized for the system riser from an existing 6 inch water line at the street. Contractor shall install an appropriate usage meter and backflow preventer on the main supply line. System design shall be accomplished by area/density method and shall be designed and installed in accordance with National Fire Protection Association (NFPA) Code. System drawings and flow calculations shall be submitted by the winning bidder. Davis-Bacon wages apply to this contract. Contractor Responsibilities •A. Contractor shall be licensed to design and install fire sprinkler systems •B. Contractor shall provide certified payroll records to the Contracting Officer or Contracting Officers Representative. •C. Contractor shall be registered in the Federal Central Contractor Registry. (www.ccr.gov) •D. Contractor shall provide proof of General liability insurance for an amount equal to at least 5 times the bid for the job. •E. Contractor shall provide proof of Work-mans Compensation Insurance for each person on the job site. •F. All bidders must perform an onsite pre-bid walk through of the job site. •G. Contractor shall leave Job Site in same or better condition they found it in upon completion of the job. •H. Contractor shall be responsible for providing and installing all materials, obtaining any necessary permits and paying any fee associated with tapping into the city water main. Estimated Cost $20,000- $40,000 Evaluation of quotations will be made based on price and past performance. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic transfer. This solicitation incorporated the following FAR clauses, provisions and addendums: 52-204-7 Central Contractor Registration 52-212-1 Instructions to Offerors-Commercial item. 52-212-3 Offeror Representations and Certification-Commercial items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orce.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs © through (m) of this provision. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. Vendor MUST send descriptive literature. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, Aug. 22, 2011at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/Building43/listing.html)
 
Place of Performance
Address: 2379 Rainwater road, Tifton, Georgia, 31794, United States
Zip Code: 31794
 
Record
SN02507660-W 20110724/110723005828-8eb095eb9aab6bc5dfa3c3d7a750e927 (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.