Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

N -- Contractor to install 64 new Xlerator High Speed hand dryers from Excel Dryer to Grand Canyon National Park.

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - GLCA - Glen Canyon National Recreation Area Wahweap Warehouse (shipping address)P.O. Box 1507 Page AZ 86040
 
ZIP Code
86040
 
Solicitation Number
P12PS10825
 
Response Due
3/6/2012
 
Archive Date
2/7/2013
 
Point of Contact
Jason T. Jensen Contract Specialist 9286086501 jason_jensen@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
The National Park Service wishes to replace outdated and inefficient hand dryers in public restrooms throughout Grand Canyon National Park with new efficient hand dryers. Therefore the park is seeking bids to install 64 new hand dryers from the Government. The type of hand dryer that the Government will provide the Contractor to install is Xlerator High Speed dryers from Excel Dryer. This is a COMBINED SYNOPSIS / SOLICITATION for commercial services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm-fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value and the lowest price technically acceptable. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ). A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The magnitude of this project is between $25,000 and $100,000. The Contractor shall furnish all labor, equipment, services, supervision and incidentals to accomplish this project. The contract will NOT be modified after award to accommodate exclusions or errors in bids. The Contractor is fully responsible for ensuring the accuracy of the Contractor's quote, and for honoring the proposed price. All responsible sources may submit a quotation which shall be considered by the agency. Award will be made as a best value procurement using the Simplified Acquisition Procedures of FAR Part 13. Bids will be evaluated based upon best value, technically acceptable, the contractors ability to meet the delivery date, and past performance. Each firm shall provide two references and summaries of projects completed within the last four years of a similar statement of work and dollar value.The NAICS code for this project is 238210, but not limited to NAICS series 23**** and the small business size standard is not to exceed 500 employees. This procurement is 100% Set-aside for Small Business and the small business size standard is not to exceed 500 employees. The National Park Service encourages the participation of disadvantaged, service disabled veteran owned, and women-owned business enterprises. The Government anticipates making a single award for this solicitation; vendors must quote on all items for their quote to be considered. All firms submitting a bid must have a DUNS number (www.DNB.com), be registered in the Central Contractor Registration (www.CCR.gov), and have a current Online Records and Certifications Application https://ORCA.bpn.gov) in order to be eligible for award. Each firm's Central Contractor Registration must reflect that it is a small business. Small business size standards may be researched further on the Small Business Administration's website at www.SBA.gov/sizestandards. All responsible business concerns may submit a quotation via email, postal mail, courier, or fax NO LATER than 06 MARCH 2012 at 4:00 pm MST. Please reference solicitation number P12PS10825 on bids and related correspondence. If faxed, call or email to ensure receipt. Each vendor may submit a quote using its own format; however, the bid must be itemized and include company name, address, phone number, and point of contact. The bid must also address all the line items requested. PROPOSALS SUBMITTED THROUGH EC-IDEAS WILL NOT BE ACCEPTED. ORALL QUOTATIONS WILL NOT BE ACCEPTED. The estimated date for the award will be on or before 03/13/12. The estimated beginning date of services to be rendered to Grand Canyon National Park is 03/19/12. Vendors must furnish their company name, DUNS number, address, phone and fax number, email address, and official point of contact in their bid. All bids must be signed by an authorized company official and emailed to jason_jensen@nps.gov. The Federal point of contact for this solicitation is Jason Jensen, Contract Specialist, National Park Service, Arizona Major Acquisition Buying Office, Wahweap Warehouse, Page, Arizona 86040. The contact telephone number is (928) 608-6501, but all questions must be forwarded in writing to: jason_jensen@nps.gov.WORKSITE LOCATION/ SITE VISIT: A site visit is scheduled for Wednesday, February 15, 2012 at 1:00 pm at the Grand Canyon National Park Maintenance Complex, 1575 Shuttle Bus Road, Grand Canyon AZ 86023. From Grand Canyon's South Entrance (Tusayan), enter the park, turn left on Center Road, turn left on Shuttle Bus Road. The maintenance complex is at the very end of Shuttle Bus Road. Attendance is not required, but recommended. Please bring your comp's business card. Call or email jason_jensen@nps.gov/ 928.608.6501 if you are unable to attend the site visit, but would like to survey the project location. PERIOD OF PERFORMANCE: Work shall begin no earlier than 19 March 2012 and be completed no later than 15 June 2012. Quotes are due no later than 06 March 2012 at 4:00 pm MST.LOCATION: The service to be rendered is located in Coconino County, Arizona, within Grand Canyon National Park. The services must be rendered to Grand Canyon National Park, Arizona. The address is Grand Canyon National Park, 1576 Shuttle Bus Road, Grand Canyon, Arizona 86023.DESCRIPTION OF THE REQUIREMENT: THIS IS FOR INSTALLATION ONLY NOT PROVIDE AND INSTALL.Line item # 1: Installation of Hand Dryers at various locations at Grand Canyon National Park.OTHER INFORMATION REQUIRED TO BE PUT IN QUOTE::Services to begin by 03/19/12. Indicate your estimated delivery date:____________Electrical Company must provide their qualifications/licenses to do electrical work.Each firm shall provide two references and summaries of projects completed within the last four years of a similar statement of work and dollar value. Each firm must provide a letter stating where they will dispose the old and outdated hand dryers.TaxesSTATEMENT OF WORK:Install Efficient Hand Dryers in Comfort StationsLOCATION:The work in this contract is located at various sites at the South Rim and Desert View areas in Grand Canyon National Park (GCNP). GCNP is located in Coconino County, Arizona, which is approximately 60 miles north Williams, AZ DESCRIPTION OF WORK:GCNP wishes to replace outdated and inefficient hand dryers in public restrooms throughout the Park with new efficient hand dryers. Currently, several different models of hand dryers are installed around the park. The dryers are inefficient and do not accomplish the job for which they were designed. New models of hand dryers are 80% more efficient and will reduce electricity needed and dry hands in 8-10 seconds. The following schedule summarizes the locations and number of hand dryer units to be replaced under this contract:Building NumberBuilding NameQuantityDescription105 Headquarters 5 totalLobby. M(3), F (2)160Comfort Station, Mather CG2 totalAspen 1; (1) each restroom (M/F)162Comfort Station, Mather CG2 totalAspen 2; (1) each restroom (M/F)164Comfort Station, Mather CG2 totalFir 1; (1) each restroom (M/F)165Comfort Station, Mather CG2 totalJuniper 1; (1) each restroom (M/F)180Comfort Station, Mather CG2 totalSage 1; (1) each restroom (M/F)181Comfort Station, Mather CG2 totalPine 1; (1) each restroom (M/F)201Comfort Station, Mather CG2 totalPine 2; (1) each restroom (M/F)203Comfort Station, Mather CG2 totalOak 2; (1) each restroom (M/F)229Comfort Station, Mather CG2 totalOak 1; (1) each restroom216Comfort Station, Mather CG2 totalPine 3; (1) each restroom289Comfort Station, Mather CG2 totalJuniper 2; (1) each restroom329Comfort Station, Yavapai Obs. 2 totalRestrooms located in parking lot (1) each restroom1313Shrine of the Ages 2 totalLobby. (1) each restroom1411Desert View CG 3 total1 each restroom 1559Desert View Comfort Station4 total2 each restroom2003Grand Canyon Visitor Center8 total4 each restroom (M/F)2019Grand Canyon Visitor Center8 total4 each restroom (M/F)2027Commercial Bus Parking CS2 total1 each restroom (M/F)1554Backcountry Office (BRO)4 total2 each restroom (M/F)559Verkamp's Comfort Station4 total2 each restroom (M/F)The work for this contract shall include the following:1.Contractor will take possession of sixty-four (64) new hand dryers from the Government. The Government will provide the Contractor Xlerator High Speed dryers from Excel Dryer. The dryers will be purchased by the Government and provided to the Contractor for installation under this contract. Contractor shall provide the Government a minimum of 3 working days' notice prior to arriving on-site to take possession of these materials. The materials will be picked up by the Contractor at the South Rim Facility Maintenance Complex, located at 1575 Shuttle Bus Road, Grand Canyon, Arizona 86023. 2.Contractor will remove and recycle the existing sixty-four (64) inefficient hand dryers per the schedule above. Work shall include tools, labor, equipment, supervision, transportation and miscellaneous materials necessary to remove and dispose of these units without damaging the existing wall to which they are mounted on and electrical wiring to which they are connected to, with the intent to reuse the electrical wiring for the new hand dryers. All hand dryers are powered via an electrical panel located in the common area of comfort station or close to the restrooms in a specific building; designated circuit breakers exist for the hand dryers and will allow the Contractor to de-energize the single circuit while performing the work. The Contractor shall dispose of the existing hand dryers at his expense by a licensed recycling facility and provide receipt or other suitable documentation that confirms of the proper disposal in accordance with this Statement of Work. 3.The Contractor will install sixty-four (64) new efficient hand dryers per the schedule above. Work shall include tools, labor, equipment, supervision, transportation and miscellaneous materials and electrical supplies to complete the installation of the new hand dryers onto the existing walls. All new electrical work shall be performed in accordance with the National Electrical Code; it is the intent to reuse the existing electrical wiring to connect to and power the new hand dryers. The new efficient hand dryers shall be installed using the footprint of the old dryers which are at a height of 48-54' inches from the floor to make them ADA compliant.4.Contractor shall schedule all work with Buildings Supervisor, Pat Martinez at 928-638-7630.WARRANTY:Provide a 1 year no deductible warranty on the installation provided by the Contractor and labor. PERIOD OF PERFORMANCE:The period of performance is 60 calendar days from the issuance of the Notice to Proceed.FIELD VERIFICATION:Contractor must field verify all quantities and dimensions affecting the work of this contract, and must field verify all new and existing dimensions affecting the work of this contract.CONSTRUCTION MATERIALS:The Government will provide the Contractor sixty-four (64) Xlerator High Speed dryers from Excel Dryer. The dryers will be purchased by the Government and furnished to the Contractor for installation at GCNP under this contract. Contractor is responsible to take delivery of the hand dryers at the beginning of the project. The Contractor shall provide all other miscellaneous materials necessary to complete the installation of the new hand dryers including by not limited to the electrical supplies, supplies for mounting the hand dryers and temporary closure signage. CONTRACTOR'S USE OF PREMISES:Contractor shall at all times conduct operations to ensure the least inconvenience to the public and the National Park Service (NPS). Temporary closures in restrooms and utility interruptions will be permitted, when required, upon specific approval of the CO and/or COTR. All work shall be limited to the weekday hours of 8:00 am to 6:00 pm unless otherwise approved by the Contracting Officer. No on-site work shall be performed on weekends and federal holidays unless otherwise directed by the CO and/or COTR. Noise at the work site shall be kept to the minimum necessary to accomplish the work. Radios and/or music are not allowed. It is the responsibility of the Contractor to provide for overnight accommodations through use of private sources. No trailers will be allowed in the construction yard or any other campground. Establishment of a construction camp within the park shall not be permitted. Contractor must confine storage of equipment and supplies to areas designated by the CO and/or COTR. Contractor must confine all operations to work limits of the project in order to prevent damage to architectural features and natural surroundings. If damage does occur, Contractor shall restore damaged areas to original condition at no additional expense to the Government. Contractor shall not remove, injure, or destroy trees or other plants without prior approval. Contractor must consult with the CO and/or COTR before removing roots and branches that interfere with construction. Contractor must not fasten ropes, cables, or guys to existing trees, and must carefully supervise construction operations near trees and plants to prevent damage. Contractor will provide and place appropriate temporary closure signage as needed on job sites.EXISTING UTILITIES:Contractor must notify the CO and/or COTR and utility companies of proposed locations and times for excavation (if any). Contractor shall be responsible for locating and preventing damage to known utilities. If damage occurs, Contractor shall repair utility at no additional expense to the Government. If damage occurs to an unknown utility, Contractor shall repair the utility. An equitable adjustment will be made in accordance with the Changes clause of the contract.HAULING:Contractor shall comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the state load restrictions with such additional regulations as may be imposed by the Park Superintendent. Information regarding rules and regulations for vehicular traffic on park roads may be obtained from the CO and/or COTR. A special permit will not relieve the Contractor of liability for damage that may result from moving of equipment.PERMITS:There are no permits required for this work.DELIVERY, STORAGE, AND HANDLING:All materials for the work of this section shall be delivered, stored and handled so as to preclude damage of any sort. Contractor shall be responsible for securing the work site, materials, equipment and tools during the duration of the contract. Materials showing evidence of damage shall not be used and shall be removed from the site.DISPOSAL:All removed material becomes the property of the Contractor and shall be disposed of outside the park at the Contractors expense. The Park is requiring that the existing hand dryers be disposed of via a certified recycling facility.PROJECT SCHEDULE:The Contractor shall submit a work schedule and sequence of events to the Contracting Officer prior to performing any work under this contract. There will be a pre-construction meeting held prior to the start of work on-site.SCHEDULE OF VALUES:Submit a schedule of values based upon construction work in the Contract Price Schedule and items of work in the Project Schedule. Breakdown each lump sum bid item into component parts of work for which progress payments may be requested. The total costs for the component parts of work shall equal the Contract Price for that lump-sum item. Include mobilization, general condition costs, overhead and profit in the component parts of work for each lump-sum item. Do not include mobilization, general condition costs, overhead or profit as a separate item. The initial Schedule of Values shall be submitted at the pre-construction conference. An acceptable Schedule of Values shall be agreed upon by the Contractor and the Contracting Officer before the first progress payment for construction work.MEETINGS:Pre-Construction Conference - Before the start of construction, the Contracting Officer may arrange an on site meeting with the Contractor and the COTR. The meeting agenda may include the following as a minimum:1.Correspondence procedures 2.Designation of responsible personnel 3.Labor standards provisions4.Payroll reports 5.Contract changes 6.Payments to Contractor 7.Role of subcontractors 8.National Park Service regulations 9.Accident prevention (including designation of responsible supervisor) 10.Accident reporting procedures 11.Documents required under the contract 12.Weekend, holiday, and night work 13.Tentative construction schedule 14.Submittal of samples 15.Project close-out requirements Progress Meetings Subcontractors will not be allowed to work until they have attended a meeting. Additional meetings will be held as needed or for new subcontractors.ACCIDENT PREVENTION:The Contractor is expected to ensure a safe environment for all personnel and visitors, and shall comply with all applicable sections of the Occupational Safety and Health Act (OSHA). In case of conflicts between federal, state, and local safety and health requirements, the most stringent shall apply. Equipment or tools not meeting OSHA requirements will not be allowed on the project sites. Contractor must meet the requirements of The National Institute for Occupational Safety and Health (NIOSH) and Mine Safety and Health Administration (MSHA) for personal protective equipment. Contractor must have a first-aid kit available at the work site. The Contractor shall report all accidents to the COTR as soon as possible and assist the COTR and other officials, as required, in the investigation of the accident.QUALITY ASSURANCE:The quality of all work shall be the responsibility of the Contractor. The Contractor shall inspect and test all work often enough to ensure that workmanship, construction, finish, and functional performance is in compliance with applicable specifications and drawings. The Contractor shall inspect and test as work progresses to ensure compliance with contract requirements until completion of work. The Contractor shall stop work on any item or feature where deficiencies have been noted by the Contractor or the CO and/or COTR, until such deficiencies have been corrected to the satisfaction of the CO and/or COTR. Construction shall not proceed on any feature of work containing uncorrected work.AIR AND WATER POLLUTION CONTROL:The Contractor shall: Take all necessary reasonable measures to reduce air and water pollution by any material or equipment used during construction. Not dispose of volatile wastes or oils in storm or sanitary drains.PROJECT CLOSEOUT:The Contractor shall request in writing a final inspection. Before requesting the final inspection, the Contractor shall remove all tools, equipment, surplus materials, and rubbish, and restore to original condition surfaces or structures that are damaged due to work of this contract. At the time of final inspection, the project shall be complete. When work is determined to be substantially complete, the CO and/or COTR will prepare a list of deficiencies to be corrected before final acceptance. The Contractor shall complete the work described on the list of deficiencies within 5 calendar days, weather permitting. If the Contractor fails to complete the work within this time frame, the Contracting Officer may replace, repair, or remedy the work with an appropriate reduction in the contract price. If work is not determined to be substantially complete, Contracting Officer will notify Contractor in writing. After completing work, Contractor shall resubmit certification and request a new final inspection. The Statement of Work is incorporated into this document as an attachment, with the full force and effect as inclusion into this document. PAYMENT:Government will issue payment through an Electronic Funds Transfer Payment is made by Electronic Funds Transfer within 30 days of the latest date of: the invoice date, the received and accepted date, or the invoice receiving date. The Electronic Funds Transfer is sent to the banking information identified in the contractor's Central Contractor Registration profile.CLAUSES AND PROVISIONS:This solicitation document and incorporated provisions and clauses are those in effect in the Federal Acquisition Regulations of 48C.F.R. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far. The following clauses and provisions are specifically referenced and are required as part of this solicitation:Clause 52.211-10 ALT I, Commencement, Prosecution, and Completion of Work (APR 1984)- Alternate I The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 11 May 2012. The time stated for completion shall include final cleanup of the premises. The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date. Alternate I (Apr 1984). If the completion date is expressed as a specific calendar date, computed on the basis of the contractor receiving the notice to proceed by a certain day, add the following paragraph to the basic clause: The completion date is based on the assumption that the successful offeror will receive the notice to proceed by 24 February 2012. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract. DIAPR 2010, COR/COTR Authorities and Delegations, 1489.237-71 Technical Direction 1489.236-79 Conduct of Operations 1452.203-70 Restrictions on Endorsements- Department of Interior 1452.228-70 Liability Insurance(a) Please see website http://farsite.hill.af.mil/vffara.htm. The amounts of the insurance shall be not less than as follows: $100,000 each person, $500,000 each occurrence, $1,000,000 property damage (b) Continued..http://farsite.hill.af.mil/vffara.htm. 1489.236-79 Conduct of Operations. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, Contractor shall be active in ORCA,https://orca.bpn.gov. Clause 52.219-14 Limitations of Subcontracting, Clause 52.212-5, Contract Terms and Conditions. Clauses 52.204-06, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19,52.222-21,52.222-26, 52.222-36,52.223-18, 52.232-33. 52.204-06 (DUNS#),52.204-7 Central Contractors Registration,52. 211-13, Clause 52.213-04,52.219-06,52.219-25,52.222-7, 52.222-8, 52.222-9, 52.222-10, 52.222-11, 52.222-12,52.222-14, 52.222-15, 52.222-4, 52.223-10, 52.223-18, 52.232-24, 52.236-02, 52.236-03, 52.236-05,52.236-06, 52.236-07,52.236-08,52.236-09, 52.236-12,52.236-13,52.236-14,52.236-17,52.236-26, 52.237-1, 52.242-14, 52.249-10 NOTICE TO OFFERORS: (a)This is a Request for Quotation and therefore, no public opening will be held. The results will not be made public prior to award.(b)Quotes submitted in response to this Request for Quotations will not be returned, but will be retained by the N.P.S.(c) This RFQ doesnt commit the Gov. to pay any costs incurred in preparing or submitting this quote, or to make an award.SERVICE CONTRACT ACT WAGES:U.S Department of Labor Wage decision #2005-2023, Rev. 15 are the wages that will be required to adhere by for this RFQ and contract. If changes are made after this RFQ those wages will superceed. The Gov. reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS10825/listing.html)
 
Place of Performance
Address: Grand Canyon National ParkFacility Maintenance Complex South Rim and Desert View1575 Shuttle Bus RoadGrand Canyon, Arizona 86023
Zip Code: 860230129
 
Record
SN02670415-W 20120210/120208234924-077f073630d673e239d721e002f1176f (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.