Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOLICITATION NOTICE

H -- SF6 Leak Detection Services - Attachment 1-Performance Work Statement

Notice Date
12/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0010659
 
Archive Date
1/25/2017
 
Point of Contact
Elizabeth Baierl, Phone: 6026052672
 
E-Mail Address
baierl@wapa.gov
(baierl@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2-Locations Attachment 1-Performance Work Statement (PWS) This notice 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; offers are hereby being requested under this combined synopsis/solicitation. A written solicitation will not be issued. Western Area Power Administration (WAPA), Desert Southwest Region (DSW) intends to issue a commercial purchase order for SF6 Gas Leak Detection Services for twenty-one (21) pieces of equipment at five (5) different substations located throughout Arizona. All solicitation information documents and incorporated provisions and clauses in the RFQ are those in effect through FAC _2005_-_92 dated 18 Nov 2016 and may be reviewed at https://www.acquisition.gov/?q=browsefar Solicitation DE-SOL-0010659 is hereby issued as a 100% small business set aside. The NAICS code is 541620 Environmental Consulting Services. The SBA size standard $15.0 Million. The following commercial items are requested: Provide all labor, material, equipment, transportation, supervision, and inspection to perform the SF6 Gas Leak imaging services in accordance with the performance work statement (PWS) and attachments. Completion shall be no later than 1 March 2017. The RFQ contains the following provisions and clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2016); FAR, 52.212-2, Evaluation, Commercial Items (Oct 2014); FAR 52.212-3-Offeror Representations and Certifications - Commercial Items (Oct 2016); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Nov 2016). This RFQ contains three (3) attachments, as follows: Attachment 1, Performance Work Statement and Attachment 2, List of Locations and Equipment, Attachment 3, Service Contract Act (SCA) Wages Listing, as example exhibit. Contractors shall ensure proper SCA wages are paid according to employees working at each location. Questions regarding this solicitation must be received no later than 4 January 2017 to ensure adequate time for the posting of questions and answers. All offers are due by 3 PM Local Time on January 10, 2017. Only electronic receipt of offers will be accepted. Submit offers in Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. Email offers to Elizabeth Baierl at baierl@wapa.gov. All offers must include the following information: Solicitation reference number, Firm Fixed Prices for each Contract Line Item Numbers (CLIN) 0001 through 0005; each CLIN is associated with a different work site, pursuant to Attachment 2. Equipment varies at each location. Include a summary of qualifications and experience (not exceeding three pages in length) that is relevant to the requirements of this solicitation. Examples of information to include are: experience, team credentials, equipment used, assignments and contracts successfully completed, and any related information pertinent to evaluations of offers. Successful completion of relevant work shall be within the preceding (24) months from the date of this RFQ. Include the offeror's Unique Entity Identifier (formerly DUNS), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Note: Unique Entity Identifier will be used to verify offerors current registration in SAM.GOV. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL http://www.gsa.gov/portal/forms/download/115922 The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/?q=browsefar It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). Evaluation: Selection and Award will be made to the single, responsible offeror, whose offer conforming to the solicitation, is determined technically-acceptable, possesses recent, relevant, and successful past performance, and offers the lowest overall price. End of solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e14137aeede2b4ad473014f18db6a49e)
 
Place of Performance
Address: Various locations throughout Arizona, United States
 
Record
SN04352863-W 20161217/161215234508-e14137aeede2b4ad473014f18db6a49e (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.