Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2008 FBO #2519
DOCUMENT

J -- Boiler Repair - SD Wage Determinations

Notice Date
10/17/2008
 
Notice Type
SD Wage Determinations
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-09-003
 
Response Due
10/31/2008
 
Archive Date
11/15/2008
 
Point of Contact
Nichole R Archambeau,, Phone: 605.226.7571
 
E-Mail Address
nichole.archambeau@ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b) FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355), & FAR 37.4. This announcement constitutes only the solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item purchase order in response to Request for Quotation (RFQ) RFQ-09-002. This is a Small Business Set-Aside request. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-26. The associated North American Industry Classification System code is 238220 & the small business size standard is $13.0 million. PRICE SCHEDULE: BOILER REPAIR SERVICES: the quoted pricing must be all inclusive (to include but not be limited to transportation, food, lodging, per diem, and etc.). The contractor is responsible for all associated costs for the boiler repair services. 1. BOILER REPAIR: 1 Lump Sum (LS) __; PURPOSE OF CONTRACT: Repair 100 hp steam boiler #2 at the Rapid City Indian Health Service Hospital campus. The existing tubes have serious pitting and are suspect of failure as the tubing in boiler #1 has recently failed. The contractor will source and replace the boiler tubes with matching OEM fabricate tubes. The contractor shall also modify the primary and secondary low-water cutoff piping to provide separate piping for each (primary and secondary low-water cutoffs) from the steam drum. Once all work is completed the contractor shall reintegrate the boiler into the existing plumbing and control systems and ensure that the boiler is in full compliance with all applicable codes. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES AND PROPERTY: The Government will not furnish anything beyond access to the affected facilities. CONTRACTOR FURNISHED EQUIPMENT, FACILITIES, AND PROPERTY: The contractor shall provide all the necessary equipment, facilities, and property to complete the required work. WORK SCHEDULE/PAY SCHEDULE: Two payments shall be made to the contractor. The first shall be made to cover material costs once they are ordered. The second shall be made once all work is completed. All work is to be completed within 20 calendar weeks of award. QUALITY ASSURANCE: Local Government staff shall perform quality assurance checks during the contract performance period. REPORTING REQUIREMENTS: Once all work is complete the contractor shall submit a report of the completed services, components replaced, observations and suggestions along with an inspection report performed by a licensed boiler inspector. The inspection report shall indicate that the boiler is safe to be operated up to its rated capacity and meets all applicable codes. PROFESSIONAL QUALIFICATIONS CRITERIA: The contractor shall be duly licensed by the state of South Dakota to perform work on high pressure steam boilers. FEDERAL TORT CLAIMS LIABILITY: The contractor shall be solely responsible for any issues associated with tort claims related to the performance of the described work. COMPLIANCE WITH IHS RULES AND REGULATIONS: The contractor shall be required to comply with any IHS rules and regulations which pertain to the performance of this work. ANY SPECIAL REQUIREMENTS: The contractor shall carry commercial general liability insurance with a combined single limit for bodily injury and property damage of not less than $1,000,000 per occurrence to protect the contractor against claims for bodily injury or death and damage to the property of others. The contractor agrees to indemnify the Government against claims in association with work being performed by the contractor. PROJECT OFFICER & LOCATION: Dayton D. Newbrough Sioux San PHS, IHS Hospital 3200 Canyon Lake Drive Rapid City, South Dakota 57701 The following FAR & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52-213-4, 52.217-8, 52.217-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-13, 52.232-1, 52.232-8, 52.232-11, 52.232-18, 52.232-19, 52.232-25, 52.232-33, 52.233-1, 52.233-3, 52.233-4, 52.237-1, 52.237-2, 52.237-3, 52.242-15, 52.243-1, 52.244-6, 52.249-1, 52.249-8, 52.253-1, 52.204-3, 52.204-6, 52.204-8, 52.219-1, 52.219-2, 352.224-70 and 352.270-2. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. Attached are the South Dakota Wage Rates. Those that are interested in submitting a quote, the quote shall contain the following: Price for each item listed above, Duns & Bradstreet Number (call 866-705-5711 to obtain a number if you do not have one), & Tax ID Number. The closing date of this RFQ is October 31, 2008. You can either email or fax your quote. Email nichole.archambeau@ihs.gov Fax: 605/226-7669.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa4b1b34b27d3926fe0c4cdf11a274fd&tab=core&_cview=1)
 
Document(s)
SD Wage Determinations
 
File Name: South Dakota Wage Determinations-Pennington County (SD Wage Determ-Pennington.pdf)
Link: https://www.fbo.gov//utils/view?id=28d2becda70bd4e3c78aaace3a3fd87e
Bytes: 636.81 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Sioux San PHS, IHS Hospital, Rapid City, South Dakota, 57701, United States
Zip Code: 57701
 
Record
SN01693358-W 20081019/081017214835-aa4b1b34b27d3926fe0c4cdf11a274fd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.