Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOLICITATION NOTICE

J -- Purchase and installation of transformers

Notice Date
8/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Western Regional Office Division of Acquistion - Western2600 N. Central Avenue, Suite 400 Phoenix AZ 85004
 
ZIP Code
85004
 
Solicitation Number
A12PS02132
 
Response Due
9/7/2012
 
Archive Date
8/10/2013
 
Point of Contact
Ricky Mills Contract Specialist 60224145661446 ricky.mills@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation A12PS02132 is being issued as an RFP. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 05-58. Description of the requirements: Line Item #1: Replacement of 14 transformers (various sizes ranging from 30 KVA to 300 KVA, dry type), see SOW for details. Line Item #2: Uninstall and dispose of 15 transformers (see SOW for details, they will be the same size as the replacements). Line Item #3: Replace 3 diamond boxes. Details about the size are not currently available, but measurements can be obtained at the site visit or by contacting the COTR. Line Item #4: Replacement of one damaged pad for transformer 15 (marked on the map). The measurements are approx. 66" long x 60" Wide x 6" deep. Line Item #5: Replace an Automatic Transfer Switch (see SOW for details). Other terms, conditions or information: 1.NOTICE - Contact the contracting officer directly to obtain a copy of the Statement of Work (SOW). 2.Timing - there will be an issue of when the work can be accomplished because the high school will be occupied by students and they cannot be without power. The campus includes dorms and will be occupied 24/7 during the fall and spring terms, but if there is a way to keep power to the dorms and change the transformer and switch gear please indicate how and when this would be accomplished. The default period of performance will be during the summer 2013 summer break (beginning May 27th, 2013), but please feel free to submit alternative performance schedules and pricing (night schedules, winter break (12/21/12 to 01/07/2013) are possible alternatives, but there must be a schedule for the summer break 2013 along with the alternative). 3.Milestones - milestones should include dates where parts of the project will be completed. This will affect invoicing. If the project can be accomplished and invoiced at one time, please indicate. 4.Please break down the prices into categories, it doesn't have to be detailed, but please price what and how much is being charge per line item. 5.The Statement of Work (SOW), map, and specification of the transformers will give the vendor the overall requirements of the project, please email the contracting officer for a copy of the SOW. Date(s) and place(s) of delivery and acceptance and FOB point: Period of performance (POP) is dependent on the vendors ability, but the default date will be at summer break 2013 (May 27, 2013 until approx.. August 20th, 2013), the place of performance will be at the Sherman Indian High School, 9010 Magnolia Avenue, Riverside, Ca. 92503. The following provisions apply to this solicitation: 52.212-1, Instructions to Offerors - Commercial;; 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following contract clauses will apply to this solicitation and the contract that follows: 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the government; 52.203-13 Contractor code of Business Ethics and Conduct; 52.209-10 Prohibition on Contracting with Inverted Domestic Corps; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-40 Notification of employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American Act- Supplies; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36 Payment by Third Part; 52.215-1 Instructions to Offerors - Competitive Solicitation; 1452.226-70 Indian Preference. 1452.226-71 Indian Preference Program; 1452.204-70 Release of Claims. Conflict of Interest (COI): All quotes, proposals, or bids must disclose any conflict of interest with any known person(s) working for the program office (requesting agency) or contracting office that is connected with this procurement, has authority to influence contracting decision, or has any appearance of a potential COI. By responding to this request for proposal (RFP) the vendor is making an affirmative statement that they can or have the following capabilities: adequate financial resources to perform the contract; able to deliver the items within the specified time limits; have a satisfactory performance record for these items or services; have the necessary organization and experience or the ability to obtain them to successfully perform the proposed purchase order; be otherwise qualified and eligible to receive an award under the applicable laws and regulations. Proof of all these items may be required and the vendor must submit evidence if asked to do so. Determination of responsibility shall always be an evaluation factor. All quotes are due on: 9/7/2012, by 3 p.m. Eastern time and shall be submitted by email (no faxes are allowed) to the contract specialist's email, ricky.mills@bia.gov. All questions MUST be asked via email by at least 09/03/12 at 12 P.M. Eastern time. Set-aside status: small business set-aside - NAICS code and small business standard: 238210 and revenue of under $14 million. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and there relative importance is equal: price, technical capability, delivery dates, and past performance. Technical capability shall be shown by submittal of documents showing the qualifications of the employees that will be assigned to the project (if services). If the item is a supply then the vendor must submit documentation for that item so the contracting officer can determine if that item meets technical capabilities. Technical capability will be evaluated by how well the proposed products meet the Government requirement Past performance must be shown by giving references of past projects of similar size. If not similar in size or type, then provide enough information so the contracting officer can determine whether the vendor has the qualifications. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Site visit - a site visit will be scheduled with interested vendors. The tentative site visit is scheduled for August 23, 2012 at the school location, at 10 A.M., but this is subject to change, please contact the COTR and SCOTR before this date to confirm. Please contact the following two people if a site visit is requested. A site visit isn't mandatory, but is highly encouraged. Remember, all questions must be submitted by 09/03/2012 (see above for details). Sherman Indian High School is located at the following address, 9010 Magnolia Avenue, Riverside, Ca. 92503. Contracting Officer's Technical Representative (COTR) Attn: Mr. Eugene Price, General Engineer Office of Facilities Management and Construction Western Regional Office Branch of Facilities Management 2600 N. Central Ave., Suite 410 Phoenix, Arizona 85004 Phone: 602-379-6755 Fax: 602-379-6844 Email: Eugene.Price@bia.gov The COTR shall not have any authority to change the purchase order. Any changes with the purchase order must come from the BIA Contracting Officer in charge. School COTR (SCOTR) Mr. Leroy Tewahaftewa, Facility Manager - Sherman Indian High School Facilities Management Office Sherman Indian High School, 9010 Magnolia Avenue, Riverside, Ca. 92503. Leroy.Tewahaftewa@BIE.EDU Phone: 951-276-6375 Ext 325 Fax: 951- 276-6338
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02132/listing.html)
 
Place of Performance
Address: Sherman Indian High School, 9010 Magnolia Avenue, Riverside, Ca. 92503.
Zip Code: 92503
 
Record
SN02835269-W 20120812/120811000511-c9511eaee37e53174634b7d386bd94f4 (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.