Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

F -- Environmental Sampling & Testing of Oil-Filled Equipment - Solicitation Package

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-11WG94136
 
Point of Contact
Joy L. Trujillo, , Byron D. McCollum,
 
E-Mail Address
jtrujill@wapa.gov, mccollum@wapa.gov
(jtrujill@wapa.gov, mccollum@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination- 2005-2331 (Nevada County of Clark) Wage Determination- 2005-2027 (Arizona Counties of La Paz, Yuma) Wage Determination- 2005-2023 (Arizona Counties of Coconino, Maricopa, Yavapai) Substation Equipment Performance Work Statement 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation number DE-RQ65-11WG94136 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. A fixed price contract will be awarded using Simplified Acquisition Procedures. This is a competitive 100% Small Business set aside. The acquisition is subject to the North American Industry Classification System (NAICS) code of 541380 with a business size standard of $12.0 Million. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region, Environment Office, requires the following Environmental Sampling and Testing of Oil-Filled Equipment (IN ACCORDANCE WITH THE DOCUMENTS ATTACHED): Item Description 0001 Sample & analysis of (9) electrical equipment at Flagstaff Substation 0002 Sample & analysis of (56) electrical equipment at Phoenix Yard 0003 Sample & analysis of (10) electrical equipment at Gila Substation 0004 Sample & analysis of (4) electrical equipment at Glen Canyon Substation 0005 Sample & analysis of (22) electrical equipment at Mead Substation 0006 Sample & analysis (1) electrical equipment at Liberty Substation 0007 Sample & analysis of (9) electrical equipment at Parker Dam Substation 0008 Sample & analysis of (2) electrical equipment at Prescott Substation 0009 Sample & analysis of (1) electrical equipment at Henderson Switchyard Substation 0010 Sample & analysis of (16) electrical equipment at Wellton-Mohawk Sub Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Only quotes containing all items listed in the solicitation will be considered for award. No partial quotes will be accepted. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due no later than September 14, 2011 by 5:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), ATTN: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Ms. Joy Trujillo, Contract Specialist (Fax: (602) 605-2483 or e-mail: JTrujill@wapa.gov ). NO PHONE CALLS WILL BE ACCEPTED. The following Federal Acquisition Regulation (FAR) clauses/provisions are applicable to this procurement: 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Condition - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.228-5, Insurance -- Work on a Government Installation; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.O.B. Destination. The following Department of Energy clause is applicable to this procurement: DOE-J-1001 List of Attachments The following list of attachments included in this solicitation will become part of the resulting contract award: - Performance Work Statement - Substation Equipment - Wage Determination(s) - 2005-2023 (Arizona Counties of Coconino, Maricopa, Yavapai); 2005-2027 (Arizona Counties of La Paz, Yuma); 2005-2331 (Nevada County of Clark) The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-H-1032 Required Insurance (WAPA, FEB 2008) a. The contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: (1) Workman's Compensation Insurance in accordance with the laws of the state where contract performance occurs; Occupational Disease Coverage; and Employees Liability Coverage. (2) Comprehensive General and Automobile Liability Insurance with the following minimum coverages: (i) GENERAL LIABILITY (A) Bodily Injury $500,000 per occurrence. (B) Property Damage $500,000 each accident; $1,000,000 in the aggregate. (ii) AUTOMOBILE INSURANCE (A) Bodily Injury, $200,000 per person; $500,000 per occurrence. (B) Property Damage, per occurrence: $50,000. b. These policies shall have appropriate language waiving all subrogation rights against the Government, unless otherwise approved by the Contracting Officer. WES-H-1043 Foreign Visitors and Contract Employees (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Contractor must certify in writing that: 1) each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) the Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72, Attachment (available upon request, if necessary) for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check. WES-H-1048 Safety and Health - Minimal Risk (WAPA, MAY 2005) In performing the work required by this contract, the Contractor shall comply with all applicable Federal, State, or local safety, health, or industrial safety codes including the latest effective standards promulgated by the Department of Labor, Occupational Safety and Health Administration; Safety and Health Standards 29 CFR 1910, 29 CFR 1925; and the Construction Safety and Health regulations promulgated under Section 107 of the Contract Work Hours and Safety Standards Act, 29 CFR 1926. If there is a conflict between the requirements of the applicable Federal, State, or local safety, health, or industrial safety codes, the more stringent requirements shall prevail. For any cranes used in the performance of this contract, a copy of the crane inspection records shall be furnished to Western's on-site representative prior to the performance of work. The United States is liable only for negligence on the part of its employees in accordance with the Federal Tort Claims Act, as amended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/304fbbe7ad1d2e31d2b73882366c6b73)
 
Place of Performance
Address: See Performance Work Statement, United States
 
Record
SN02567916-W 20110910/110909000848-304fbbe7ad1d2e31d2b73882366c6b73 (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.