Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
MODIFICATION

J -- Central Plant Cooling Tower Chemical Testing and T

Notice Date
4/29/2019
 
Notice Type
Modification
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Bureau of Reclamation<br />Lower Colorado Region<br />Regional Office<br />500 Fir Street<br />Boulder City<br />NV<br />89005<br />US<br />
 
ZIP Code
89005
 
Solicitation Number
140R3019Q0032
 
Response Due
5/14/2019
 
Archive Date
5/29/2019
 
Point of Contact
Schilke, Jennalyn
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation - Request for Quotation (RFQ) No. 140R3019Q0032 Central Plant Cooling Tower Chemical Testing and Treatment - Option Year Amendment 0001, 04/29/2019 - The purpose of this amendment is to clarify the site visit date is Friday, May 3, 2019 at 1:00 P.M., PDT. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) To facilitate electronic quote submissions through FedBizOpps, an RFQ (140R3019Q0032) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2019-01, dated 01/22/2019. (iv) This requirement is 100 percent set aside for Small Businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 238220, Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard for this NAICS Code is $15.0 million. (v) Landscape Vegetation and Grounds Maintenance Services, in accordance with the Performance Work Statement (PWS). Attachment 1 - PWS provides a more detailed description of the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number 140R3019Q0032). Please fill out Attachment 2 - Price Schedule, which requests the fees for each task for 1 base year (Schedule 1) and four option years (Schedules 2 through 5). *A site visit will be held on 05/03/2019. See details at the bottom of this notice. (vi) The Bureau of Reclamation has a requirement for a contractor to deliver perform chemical testing and treatment on the Central Plant Cooling Tower, as described in Attachment 1 - Specifications. (vii) Performance will begin on or about June 1, 2019 and may continue for up to five (5) years, if all options are exercised. All work will be performed at the Bureau of Reclamation, Lower Colorado Regional Office, 500 Date Street, Boulder City, NV 89005. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. This addendum replaces the term "offer" with "quote" within the provision at 52.212-1. (ix) FAR provision 52.212-2, EVALUATION - COMMERCIAL ITEMS. Determination of award will be based on the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government and is at the lowest price. (x) FAR provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (xii) FAR clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-13, NOTICE OF SET-ASIDE OF ORDERS (NOV 2011) 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUNE 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEPT 2016) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JULY 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-12, MAINTENANCE, SERVICE, REPAIR, OR DISPOSAL OF REFRIGERATION EQUIPMENT AND AIR CONDITIONERS (JUN 2016) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) WAGE DETERMINATION NO. 2015-5593, REVISION NO. 10, DATE OF REVISION 12/26/2018 (SEE ATTACHMENT 3 - WAGE DETERMINATION). 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. LABORER; WG 3; MONETARY WAGE - $19.28/HR; FRINGE BENEFITS - 19%, INCLUDES PAID HEALTH INSURANCE PREMIUMS, RETIREMENT BENEFITS, VACATION PAY, AND SICK LEAVE PAY. 52.222-43, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (AUG 2018) 52.222-44, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS ¿PRICE ADJUSTMENT (MAY 2014) 52.222-55, MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (MAR 2016) 52.222-62, PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (xiii) Additional contract requirements include the following clauses and provisions: 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENACE (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018) 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.242-15, STOP-WORK ORDER (AUG 1989) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984) 1452.222-80, NOTICE OF APPLICABILITY - COOPERATION WITH AUTHORITIES AND REMEDIES - CHILD LABOR - BUREAU OF RECLAMATION (JAN 2004) 1425.223-82, PROTECTING FEDERAL EMPLOYEES AND THE PUBLIC FROM EXPOSURE TO TOBACCO SMOKE IN THE FEDERAL WORKPLACE--BUREAU OF RECLAMATION (DEC 2009) 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005) 1452.237-80, SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013) (xiv) Not applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than May 8, 2019, by 4:30 P.M., PT. Quotes are due May 14, 2019, by 4:30 P.M., PT. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted electronically via email to jschilke@usbr.gov or through FedBizOpps with a copy of the quote e-mailed concurrently. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030. SITE VISIT: A site visit will be held on Friday, May 3, 2019, at 1:00 P.M, PDT. Please contact Ms. Jennalyn Schilke, via e-mail at JSchilke@usbr.gov, by May 2, 2019, if you plan to attend. The site visit will be held at the Bureau of Reclamation, Lower Colorado Regional Office, Date Street Campus. The address is 500 Date Street, Boulder City, NV 89005. All attendees shall meet at the Building 200 Parking Lot that is just south of Hoover Drive (which is within the campus). It is strongly encouraged that any prospective offerors attend the site visit. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/8545ed6d6956fa865978da3be62797e8)
 
Record
SN05295873-F 20190501/190429230036 (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.