Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
MODIFICATION

N -- Purchase & Install Inverter SMI, SLBE - Attachment

Notice Date
6/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
 
ZIP Code
00000
 
Solicitation Number
P15PS01201
 
Response Due
6/25/2015
 
Archive Date
7/10/2015
 
Point of Contact
BISSAILLON, JAMES D
 
Small Business Set-Aside
Total Small Business
 
Description
P15PS01201 Questions and Answers P15PS01201 Purchase and Install Inverter on South Manitou Island, SLBE 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 part of the solicitation; quotations are being requested and a written solicitation will be issued. This combined synopsis/solicitation is issued as a request for quotation (RFQ) under solicitation number P15PS01201 for Purchase and Install Inverter on South Manitou Island at Sleeping Bear Dunes National Lakeshore, Michigan 40156. This procurement is a 100% Small Business set-aside and is open to all responsible Small Business sources. Quotes and completed Past Performance Questionnaires are due by 12:00 PM CST, June 22, 2015 and shall be e-mailed to: james_bissaillon@nps.gov The NAICS code for this procurement is 335312 Motor and Generator Manufacturing which has a small business size standard of 1,000 employees. Product/Service Code is N059 Installation of Electrical and Electronic Equipment. Vendor shall be licensed and insured. Period of Performance: 60 days from Notice to Proceed (expected to be issued within 10 days of contract award). Attachments to this Combined Synopsis/Solicitation: Attachment 01 - SMI Inverter Specs - Scope of Work, Attachment 02 - Pricing Schedule, Attachment 03 - Past Performance Questionnaire, and Attachment 04 - DOL Wage Determinations Under the Service Contract Act: 2005-2271 Rev 15. All vendors who can meet this requirement, have a valid Dun & Bradstreet Number (DUNS), and have an active registration in the System for Award Management (SAM) are invited to submit electronic quotes. The web site for SAM is www.sam.gov. There is no cost to register with SAM. This acquisition will be made using Simplified Acquisition Procedures. GENERAL DESCRIPTION: The Contractor shall provide all labor, tools, materials, and equipment necessary to replace the Inverter/Charger on South Manitou Island at Sleeping Bear Dunes National Lakeshore. Site Visit: You must call ahead to see the unit on the island. Contact Dennis Steele at (231) 326-4835. Offerors shall submit the following documents: Three to five references for which substantially similar products were provided within the past three (3) years A quote detailing the work and cost of materials in one lump sum and on a separate sheet a breakout of cost of materials and labor per 52.212-1 - Instructions to Offerors After Award of the Order, the Awardee shall submit the below: -Submit a copy of your license -Submit an Insurance Certificate covering the below types of Insurance: 1452.228- 70 LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: - $250,000 each person - $200,000 each occurrence - $100,000 property damage - (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. The contractor will be required to sign off on a Warranty Certificate/Letter stating the work is guaranteed for one year. (This letter will be sent out to the contractor after the contracting officer receives a statement from the Contracting Officer Representative stating all work is as per the specifications and the solicitation. See 52.212-1 ¿ Instructions to Offerors for specifics. Contact the POC below if you have any questions or need assistnace accessing the attachments or submitting your offer. Point of Contact: Contract Specialist James Bissaillon - Email: james_bissaillon@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS01201/listing.html)
 
Place of Performance
Address: Sleeping Bear Dunes Nat'l Lakeshore 9922 Front Street Empire MI 49630 USA
Zip Code: 49630
 
Record
SN03755287-W 20150607/150605235006-3e55f4712273992ec2666b802fea1c38 (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.