Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

F -- 129JGP20Q0117 Feather Falls Well Repair

Notice Date
7/6/2020 12:14:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USDA FOREST SERVICE NEVADA CITY CA 95959 USA
 
ZIP Code
95959
 
Solicitation Number
129JGP20Q0117
 
Response Due
7/22/2020 3:00:00 PM
 
Archive Date
08/06/2020
 
Point of Contact
Robert Briney, Phone: 5304786120, Fax: 5304786126
 
E-Mail Address
robert.briney@usda.gov
(robert.briney@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number 129JGP20Q0117. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, effective date 05-06-2020. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 237110 and the small business size standard is $36.5 million. (V) This combined solicitation/synopsis is to procure services to remove existing electric well pump, wire and conduit and pitless adaptor and replace with a Hand Pump.� Contractor Responsibility: The Contractor shall provide everything - including, but not limited to, all equipment supplies, transportation, labor and supervision - necessary to complete the project, except for that which the contract clearly states is to be furnished by the Government. Work includes but is not limited to the following major items: Pull existing electrical well pump at well head Disconnect existing and abandoned electrical wire and conduit from well casing Excavate to pitless adapter, remove, plug and backfill Install hand pump, Bison Heavy Duty Hand Pump or equal Sanitize well and casing Feather Fall Well Information Well Depth � 100� Well Casing Size � 6� Steel Well Production � Estimated 35 GPM Static Water Level � 21� on 04/13/1992 (VI) At a minimum: Meet the specification list in V. Provide and accurate schedule for work to be completed. (VII) Location: Feather Falls Trail Head, Oroville CA 95966. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. (X) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical acceptability, and delivery. (XI) Offerors must complete their Representations and Certifications online at http://beta.SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2020), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2020) applies to this acquisition. The following clauses under subparagraph (b) apply: 8,14, 19, 22, 26, 27, 28, 30, 42, 44, 48, and 57. The following clauses under subparagraph (c) apply: 2, 3, 8, and 9. Additional Contract Requirements: 52.204-7 System for Award Management. (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc. , which may be changed unilaterally by the Government. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements, Invoicing Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions, Commercial Items included in commercial item contracts. The IPP website address is: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. PDT on Wednesday, July 22nd, 2020. All quotes must be emailed to the attention of Robert Briney. Email address: Robert.briney@usda.gov. Companies are encouraged to submit complete products specifications and detail sheets. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVI) Due to the Covid-19 travel and meeting restrictions the Government will not be hosting a formal site visit for this project. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.� ��Any questions regarding this RFQ should be directed to Robert Briney at Robert.Briney@usda.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63be8d4c9b554aaa932c3d02558e6749/view)
 
Place of Performance
Address: Oroville, CA 95966, USA
Zip Code: 95966
Country: USA
 
Record
SN05711852-F 20200708/200706230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.