SOLICITATION NOTICE
U -- Construction specifications writing course
- Notice Date
- 11/5/2010
- Notice Type
- Presolicitation
- Contracting Office
- 12155 W. Alameda Parkway Lakewood, CO
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-11WA00129
- Response Due
- 12/3/2010
- Archive Date
- 6/3/2011
- Point of Contact
- Todd Tetrault, Contracting Officer, 720-962-7156,Tetrault@wapa.gov;Carol L Hammans, Contract Specialist, 720-962-7152,
- E-Mail Address
-
Carol L Hammans, Contract Specialist
(hammans@wapa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 separate from this announcement. Solicitation DE-RQ65-11WA00129 is issued as a Request for Quotation (RFQ). You may submit your written quote on company letterhead or Standard Form 1449. The solicitation document and incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular 2005-42. This solicitation is 100% Small Business set-aside. The North American Industrial Code (NAICS) is 611430 and the business size standard is $7 million. A fixed price contract will be awarded using Simplified Acquisition Procedures. The U.S. Department of Energy, Western Area Power Administration, Corporate Services Office requires the development, implementation and onsite delivery of a training course that will provide training to develop construction specifications that are in accordance with Westerns policies and standards: CLIN 0001 Development of Performance Work Statement. CLIN 0002 Development of Course, course materials and instruction of course at Westerns location in Lakewood, CO CLIN 0003 Contractor Travel Costs to Lakewood, CO site for the delivery of a course not exceeding 5 business days. In accordance with the Statement of Objectives (SOO), Westerns Construction Standards and guide paragraphs attached to this announcement. Award of the contract will be based on Best Value to the Government including price and non-price related factors. The following clauses and provisions apply to this solicitation: 52.212-1, Instructions to Offerors -- Commercial. Please submit the product information, manufacturer and part number of item you will be supplying. FOB Destination to destinations stated in the Specifications. 52.212-3, Offeror Representations and Certifications -- Commercial Items. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. 52.212-4, Contract Terms and Conditions -- Commercial Items and addenda to the clause. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following additional FAR clauses cited in the clause are applicable to the acquisition. 52.219-6 Notice of Total Small Business Aside; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52-228-5 Insurance Work on a Government Installation; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service contract act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; DOE-H-1048 GREEN PURCHASING UNDER DOE SERVICE CONTRACTS Pursuant to Executive Order 13423, Strengthening Federal Environmental, Energy and Transportation Management, the Department of Energy is committed to managing its facilities in a manner that will promote the natural environment and protect the health and well being of Federal employees and contractor service providers. In the performance of work under this contract, the Contractor shall exert its best efforts to provide its services in a manner that will promote the natural environment and protect the health and well being of Federal employees, contract service providers and visitors using the facility. Green purchasing or environmentally preferable contracting includes the initiatives described below: - Alternative Fuels and Vehicles are described at http://www.afdc.energy.gov/afdc/ - Biobased Products are described at http://www.biopreferred.gov/ - Energy efficient products are described at http://energystar.gov/products for Energy Star products and at http://www.eere.energy.gov/femp/procurement for FEMP designated products - Environmentally Preferable Computers are described at http://www.epeat.net - Non-Ozone Depleting Products are described at http://www.epa.gov/Ozone/snap/index.html - Recycled Products are described at http://epa.gov/cpg - Water efficient products are described at http://epa.gov/watersense/ To the extent that the services provided by the Contractor require the provision of any of the above types of products, the environmentally preferable type of product is to be furnished unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. The clauses at FAR 52.223-2, Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-15, Energy Efficiency in Energy Consuming Products, and 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, in Section I require the use of products that have biobased content, are energy efficient, or have recycled content. WES-D-1003 MINIMUM PACKAGING AND MARKING REQUIREMENTS (WAPA, JAN 2008) a. All items must be packaged in accordance with good commercial practices adequate to ensure safe arrival at the delivery address specified on the order. b. As a minimum, the exterior of all packages must be clearly marked with the purchase order (PO) or contract number, a Western Area Power Administration contact name and phone number, and a list of the package's contents (i.e., a packing list). c. Western reserves the right to return any package(s) not marked in accordance with this clause to the vendor at the vendor's expense. WES-H-1020 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, APR 2010) The following requirements apply to proposals and/or other documents submitted electronically via the Department of Energy's (DOE) Industry Interactive Procurement System (IIPS) or by other electronic means. The DOE IIPS may be accessed via the "DOE e-Center" web page. a. The terms and conditions contained in the Notice of Disclaimer on the IIPS are hereby incorporated into this solicitation. b. Required file formats: All electronic files must be submitted in one or more of the following Microsoft Office for Windows (Office 2007 or earlier formats) compatible file formats.doc,.xls,.mdb,.ppt; portable document format (.pdf); or graphic file formats.gif or.jpg. Use whichever format is most appropriate for the type of document involved. Engineering drawings, if any, must be in AutoCAD,.pdf, or in one of the acceptable graphic file formats. NOTE: If there are an inordinately large number of drawings, or if the file sizes are prohibitively large for efficient electronic transmission, contact the Contracting Officer before the proposal due date for further instructions. c. Offerors are responsible for ensuring their electronically submitted files are free from viruses and are in a prescribed, readable file format. Any file containing a detectable virus will be rejected and considered non-responsive. To avoid making unintentional changes to an offeror's proposal, Western will not translate files submitted in incorrect file formats. d. For purposes of determining the timeliness of proposal submissions, the date/time stamp (DTS) assigned by IIPS will be used unless otherwise specified in the solicitation. e. Electronic signatures. Submission of proposals via IIPS will constitute signed copies of the required documents. The name of the authorized, responsible company official who would normally sign the document shall be entered on the signature line. In addition, the Contracting Officer may require, at his or her discretion, a signed, paper copy of each original signature page to be submitted via US Mail or by facsimile. f. Updates or changes to proposals or other documents originally submitted via IIPS must also be submitted via IIPS. If a conflict or discrepancy is discovered between a paper copy of a contract document, the file posted on IIPS shall be considered the official controlling version of the document. g. Offerors must use discrete file names and descriptions for all files uploaded to IIPS. h. Offerors shall not make changes to Government-originated files/documents (other than for signatures or fill-ins) that must be returned to the Government. Direct questions or concerns about any Government-originated documents to the Contracting Officer. WES-H-1032 REQUIRED INSURANCE (WAPA, FEB 2008) a. The contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: (1) Workman's Compensation Insurance in accordance with the laws of the state where contract performance occurs; Occupational Disease Coverage; and Employees Liability Coverage. (2) Comprehensive General and Automobile Liability Insurance with the following minimum coverages: (i) GENERAL LIABILITY (A) Bodily Injury $1,000,000 per occurrence. (B) Property Damage $500,000 each accident; $ 1,000,000 in the aggregate. (ii) AUTOMOBILE INSURANCE (A) Bodily Injury, $ 500,000 per person; $1,000,000 per occurrence. (B) Property Damage, per occurrence: $500,000. b. These policies shall have appropriate language waiving all subrogation rights against the Government, unless otherwise approved by the Contracting Officer. c. Prior to the commencement of work under this contract, the contractor shall furnish a copy of the insurance certificate (binder) or other objective evidence of the above-required insurance to the Contracting Officer. The policies shall contain an endorsement to the effect that cancellation or any material change in the insurance policies that adversely affect the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this contract is to be performed, and in no event less than thirty (30) days after written notification is provided to the Contracting Officer. d. The contractor agrees to insert the substance of this clause, including this paragraph (d), into any subcontracts issued under this contract. WES-H-1025 REQUIREMENT FOR PURCHASING OF AMERICAN-MADE EQUIPMENT & PRODUCTS (WAPA, FEB 2008) It is the sense of the Congress that, to the greatest extent practicable, all equipment and products purchased with funds made available under this award should be American-made. WES-H-1014 REIMBURSEMENT FOR CONTRACTOR TRAVEL (WAPA, APR 2010) a. Costs incurred by contractor personnel for travel, lodging, other subsistence, and incidental expenses shall be considered to be reasonable and allowable if they do not exceed the current rates and amounts that are set for Government employees in the Federal Travel Regulation (FTR), which can be accessed at the following GSA Internet web site (URL): http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_OVERVIEW&c ntentId=14161 b. The contractor will be reimbursed by the Government for travel and per diem expenses only when the travel is specifically authorized in advance by the Contracting Officer. c. Reimbursement for travel costs shall be limited to the direct costs of travel and per diem expenses incurred by the contractor. The contractor must provide a certification that all travel expenses being reimbursed were paid to their employee and that the travel was at the direction of the Contracting Officer. Receipts for airfare, lodging, car rentals, and any incidental expenses must be submitted with the request for reimbursement." WES-H-1043 FOREIGN VISITORS AND CONTRACT EMPLOYEES (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Contractor must certify in writing that: 1) each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) the Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72 for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due December 3, 2010 by 4:00 PM MST. Please send responses electronically to Carol Hammans, Contract Specialist, e-mail address: hammans@wapa.gov. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a quote, which will be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-11WA00129/listing.html)
- Record
- SN02323005-W 20101107/101105233734-085e609d30373685531e600ce7e9086b (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 |