Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

Z -- CSC - 15308 "Replace Chiller Cooler Filtration Buidling 23

Notice Date
7/18/2016
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-16-R-0025
 
Archive Date
9/27/2016
 
Point of Contact
Ricardo Blanco Soto, Phone: 6146925296
 
E-Mail Address
ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirement Summary: PR 64005411 FR 200056394 Cost Center: 3000012 Ledger account# 61002540 Firm-Fixed-Price Acquisition Set-Aside 100% Small Business. Period of Performance: 120 days (After the Notice to Proceed Letter) FOB Inspection at Destination (DoDAAC# SC0707) Acquisition Authority: Federal Acquisition Regulation (FAR) Part 36, "Construction and Architect -- Engineer Contracts" and (FAR) Part 15 "Contracting by Negotiation" procedures and regulations will be utilized. Delivery Location: Defense Logistics Agency Land and Maritime, Defense Information Systems Agency, Maintenance Room, Building 23. This Project is estimated between $100,000 and $250,000. Unit of Issue: JB (JOB). PROJECT CSC - 15308 "REPLACE CHILLER COOLER" 1.1 GENERAL : This Statement of Work (SOW) performed shall include all labor, equipment, material and services necessary to install 3 centrifugal separator systems and cooling tower piping for the cooling tower basins serving Building 23. Items of work shall include but not limited to removing two centrifugal separators and installing three new centrifugal separator systems, suction and discharge piping, cooling tower piping, spray nozzles, heat trace and all necessary pipe supports needed for a complete system. A) The Contractor shall furnish all plant, labor, material, supplies, equipment, tools, delivery, disposal and supervision required in performing all operations in conjunction with this project complete, in strict accordance with these specifications and Contract Drawing No. 4-568 subject to the terms and provisions of this contract. This section of the specifications is applicable to all other sections herein. B) All work, material, design, and fabrication shall comply with applicable provisions of the Codes, Standards, and recommendations as herein described C) Building 23 is a controlled access facility. Contractor must have completed a visitors access request before being allowed access. Contractors will have to be escorted throughout the facility 1.2 CONTRACT DRAWINGS : The contract drawings indicate the extent and general arrangement of the existing facilities, new work, materials and equipment installations. If any departures from the contract drawings, other than minor adjustments, are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Contracting Officer or their authorized representatives soon as practicable for approval. No such departures shall be made without the written approval of the Contracting Officer. 1.3 MATERIALS AND EQUIPMENT : Unless otherwise specified or indicated on the drawings, all materials used in this project shall be new and shall be in compliance with respective material specifications indicated. Materials shall be the standard products of a manufacturer regularly engaged in the manufacture of the product. Items of material/equipment shall essentially duplicate material/equipment that has been in satisfactory use at least two years prior to bid opening. 1.3.1 Materials and equipment shall be installed in accordance with the approved recommendations and instructions of the manufacturer for obtaining conformance with the contract documents. 1.3.2 Materials delivered to the site shall be inspected for damage, unloaded, and stored with a minimum of handling. Storage facilities shall be provided by the contractor at the job site for maintaining materials at temperatures and conditions recommended by the manufacturer. Storage accommodations shall afford easy access for inspection and identification of each shipment. 1.3.3 Warranty of Construction: In addition to the warranty clause as specified in FAR 52.246.21 and Alternate I (April 1984), the Contractor shall provide to the Government, upon the completion of the project, the standard warranty of the material/equipment offered by the manufacturer which extends beyond the one year warranty of construction. 1.4 VERIFICATION OF DIMENSIONS : In addition to the "Site Investigation and Conditions Affecting the Work" clause under FAR 52.236.3 (Apr 1984), the Contractor shall familiarize himself thoroughly with all details of the work and working conditions, verify all critical dimensions and other data in the field, and advise the Contracting Officer or their authorized representative of any discrepancy before performing any work. 1.5 CONTRACTOR QUALIFICATIONS: This project requires the use of specialized skills and equipment. Contractors submitting bids for this project shall have a valid license to install plumbing systems within the State of Ohio, and shall have a minimum of 3 years' experience in the plumbing field. Contractor's experience shall include a minimum of two projects of similar size and scope. To be technically acceptable the contractor must provide a project plan to demonstrate that they are capable of completing all work in accordance with the Statement of Work and project drawings. The plan must identify all work that can be accomplished with in-house resources and demonstrate that they are capable of obtaining any project requirements that cannot be self-performed. Offerors must provide information regarding the technical qualifications of the proposed project staff, to include the individuals who will be responsible for Project Management, Quality Control Safety Compliance. All contractors shall submit the following with their proposal: •· Written qualification statement for the individual who will be functioning as the project manager, demonstrating 3 years of project management experience for projects similar in nature to work described in the statement of work. •· Written qualifications statement for the individual who will be responsible for quality control demonstrating 3 years of quality control experience for projects similar in nature to work described in the statement of work. •· Written qualifications statement for the individual who will be responsible for safety demonstrating 3 years of safety experience for projects similar in nature to work described in the statement of work. This individual must document a minimum of 40 hours of OSHA safety training. •· Written work experience, and references for projects satisfactorily completed within the last three years of similar size and scope. The written qualifications statement shall be certified and signed by a principle of the offeror. Offerors need only submit a brief resume of each key individual. This will be evaluated to determine if they have the appropriate technical training, certifications, if required, and previous construction experience to meet the technical requirements of a project of this nature. If any of the submitted individuals will perform more than one of the listed functions, this is acceptable as long as the submitted documentation identifies any and all functions the given individual will be performing. 1.6 COORDINATION AND COOPERATION : The Contractor involved in the performance of this project shall coordinate the work to eliminate delay and shall submit, in a format provided by the Contracting Officer, within five (5) days after date of Notice to Proceed, a schedule of operations to the Contracting Officer or their authorized representative, for approval. All work shall be performed in strict accordance with the schedule of work approved by the Contracting Officer, unless any delay is found excusable within the meaning of the default clause, referenced elsewhere herein. The Contractor's central point of contact on this project will be the Contracting Officer, who will be assisted by the government project engineer and the government construction inspector. The areas at which the work is to be performed may remain active and operational during the performance of this contract. It is imperative that all work performed under this contract be scheduled and phased to minimize disruption of utility systems, personnel, vehicular traffic and provide accessibility to the buildings at all times. 1.7 DAILY ACTIVITY REPORTS : Shall be submitted by the Contractor to the Contracting Officer, or Government Inspector each day activity or work occurs at the job site. The daily report shall include the date, contract number and title, report number, contractor's name, weather conditions, work location, description of activity or work performed, safety actions, work hours, personnel, equipment, subcontractors, deliveries, and other pertinent information. 1.8 INTERRUPTIONS OF UTILITIES : 1.8.1 No utility services shall be interrupted or blocked off without approval of the Contracting Officer or their authorized representative. 1.8.2 Scheduling for interruption, shutdown of services shall be submitted in writing to the Contracting Officer or their authorized representative not less than SEVEN (7) days prior to date of all proposed interruptions. The request shall give the following information: (1) Nature of utility or system (sewer, water, electrical, fire sprinkler system, etc.) (2) Size of line and location. (3) Buildings, Services, and Equipment Affected. (4) Hours and date, estimated length of time of interruption 1.9 RECORD DRAWINGS : The Contractor shall maintain record drawings on file at the project site. As part of the final inspection and acceptance, the Contractor shall furnish the Contracting Officer or their authorized representative three (3) complete sets of Record Drawings. Record Drawings shall be kept up to date during the process of work and shall be made available to the Contracting Officer, or their authorized representative, upon request. 1.10 PROTECTION FROM DAMAGE : In addition to FAR 52.236.9 "Protection of Existing Vegetation, Structures, Utilities, and Improvement" (Apr 84), the contractor shall take all the necessary precautions to protect Government equipment and property at the job site, and shall be responsible for any damage to the equipment and property that may occur as a result of his negligence in connection with the prosecution of the work performed. Damage to Government equipment or property shall be repaired by the Contractor at his expense. 1.11 DUST CONTROL : The amount of dust resulting from any work performed shall be controlled to prevent the spread of dust and to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as ice, flooding and pollution. 1.12 CLEAN-UP : The contractor shall comply with FAR 52.236-12, "Cleaning-Up" (Apr 84). In addition, upon completion of the work at the end of each work shift, the contractor shall leave the premises in a clean and neat condition satisfactory to the Contracting Officer. Drop cloths or other suitable methods shall be used as required to protect the equipment and the personnel. Contractor shall remove the rubbish and debris from Government property daily, unless otherwise directed. 1.12.1 Remove and transport all debris and rubbish from the project site in a manner that will prevent spillage from streets and adjacent areas. The contractor shall comply with all applicable Federal, State and Local hauling and disposal regulations. 1.13 FINAL INSPECTION AND ACCEPTANCE : Upon completion of the entire project a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative and authorized representatives from the Facilities Engineering Division, DS-FCI (Construction Administration Office, Operations & Maintenance Office and Engineering Office. See attached appendices and technical specifications for additional information and requirements. Notes: (X) The solicitation will be available in FedBizOpps on its issue date of 08/09/2016 (X) The Small Business size standard is $15,000,000.00 (X) Specifications, plans or drawings are available and attached to the solicitation. (X) Synopsis posted for 15 days. (X) Solicitation will be posted at http://www.fedbizopps.gov for 30 days. Solicitation will be open on 08/09/2016 and close 09/12/2016 until 1:00 p.m. (X) DLA Internet Bid Board System (DIBBS) quotations are no acceptable for this solicitation. Offeror's must complete the entire solicitation including amendments previous posted in http://www.fedbizopps.gov. Proposals must be submitted on hard copy of this Request for Proposal (RFP) and scanned and emailed to ricardo.blancosoto@dla.mil. Construction Cost Estimate must be submitted with your company proposal to be considered complete. (X) INFORMATION TO BE PROVIDED BY THE GOVERNMENT AND/OR THE VENDOR, AND CLAUSES/PROVISIONS THAT ARE REQUIRED TO BE PROVIDED IN PARTIAL OR FULLTEXT. IN ADDITION, DUE TO SYSTEM LIMITATIONS, SOME MANDATORY CLAUSES/PROVISIONS MAY BE DUPLICATED. IN THE EVENT DUPLICATED CLAUSES/PROVISIONS HAVE DIFFERENT DATES, THE MOST CURRENT IS APPLICABLE. (X) FULL AND OPEN COMPETITION ACQUISITION AFTER EXCLUSION OF SOURCES (FAR 6.2) (X) CONTRACT MUST BE REGISTERED ON; SYSTEM FOR AWARD MANAGEMENT (SAM)BEFORE QUOTE/PROPOSAL SUBMISSION. CHECK THE FOLLOWING SAM WEBSITE LINK FOR REGISTRATION AND/OR SAM EXPIRATION DATE, WWW.SAM.GOV (X) GREEN PROCUREMENT All products proposed for use in, or requisitioned under this contract must conform to federal Green Procurement regulations as they relate to the Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines. These products include Energy Star or Federal Energy Management Program designated electronics; United States Department of Agriculture bio-based designated products; Electronic Product Assessment Tool designated electronics; alternative fuels and fuel efficiency; and nonozone depleting substances. Such products must meet contract performance requirements, taking into consideration price, competition, and availability factors. (X) DLAD 52.237-9003 SITE VISIT COORDINATOR (MANDATORY REQUIREMENT) (a) The clauses at FAR 52.236-2, Differing Site Conditions, and FAR 52.236-3, Site Investigations and Conditions affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Offerors are invited to attend an organized site visit by reporting to the Facilities Engineer, Building 308, Defense Supply Center (DSCC), Columbus, Ohio on August 30, 2016, at 1:30 p.m. (Eastern Time). Offerors who cannot attend, may obtain a copy of the conference minutes from the Contracting Officer and arrange for a site inspection with the Contracting Officer. (X) QUESTIONS & ANSWERS All questions shall be asked via email. Questions must be asked no later than September 2, 2016 no later than 12:00 p.m. eastern time. (X) COMPLETE PROPOSAL INSTRUCTIONS All contractors shall provide SF 1442 (including Section B/vendor fill-in provisions), written qualifications, work experience, and references for projects satisfactorily completed within the last THREE (3) years, demonstrating the contract is qualified and experienced to perform the specific work. The written qualifications statement shall be certified and signed by the principle of the contract firm. (X) FINAL INSPECTION AND ACCEPTANCE Upon completion of the entire project a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative and authorized representatives from the Facilities Engineering Division, DS-FCIE (Construction Administration Office, Operations & Maintenance Office and Engineering Office). (X) The following provisions are applicable to this solicitation: Warranty of Construction (FAR 52.246-21). Preconstruction Conference (FAR 52.236-26). Contract Drawings, Maps, and Specifications (DFARS 252.236-7001). Site Visit (52.236-27). Liquidated Damages- Construction (52.211-12). Site Investigation and Conditions Affecting the Work (FAR 52.236-3). Cleaning-Up (FAR 52.236-12). Protection of Existing Vegetation, Structure, Utilities, and Improvement (FAR 52.236-9). Limitation of Government Liability (FAR 52.216-24). Contract Definitization (FAR 52.216-25). Contractor Personnel Security Requirements (FAR 52.204-9000). ****************************************************************************** Wide Area Workflow Information: Information for Wide Area Workflow (WAWF) Invoicing: Use 2 in 1 document Invoice. To ensure timely payment the vendor should enter the required info in WAWF on the day the material ships from their facility. Contractors/vendors not using WAWF will need to register for WAWF in order to gain access to the new MyInvoice functionality. WAWF is in accordance with the 2001 National Defense Authorization Act (DFARS 252.232-7003/252.232-7006 Electronic Submission of Payment Requests - January 2004) which requires claims for payment under a Department of Defense Contract to be submitted in electronic form. As of March 03, 2008, DOD has issued a final rule amending the Defense Federal Acquisition Regulation supplement (DFARS) to require use of the Wide Area Workflow as the only acceptable electronic system for submitting requests for payment (invoices and receiving reports) under DOD contracts. Government credit card would not be utilized for this purchase request. All payments will be processed and submitted through WAWF "only". *********************************************** Evaluation Factors for Award: All Lowest Price Technically Acceptable (LPTA) proposals shall be evaluated for price and the acceptability of the non-cost factors. The THREE (3) non-cost evaluation factors for determination of technical acceptability consist of: 1. Factor 1 -Technical Construction Capability; 2. Factor 2 - Technical Qualifications of Proposed Staffing; and 3. Factor 3 - Past Performance Acceptability. NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror's technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-16-R-0025/listing.html)
 
Record
SN04186736-W 20160720/160718235012-be20ab1a85d7356d369e1c2ad26ac234 (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.