MODIFICATION
N -- HVAC Energy Management System in Key West, FL - AMENDMENT 1 - QUESTIONS AND ANSWERS
- Notice Date
- 9/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA-133W-12-RQ-1224BS
- Archive Date
- 10/2/2012
- Point of Contact
- Brenda S. Summers, Phone: (303) 497-5588
- E-Mail Address
-
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 1 - QUESTIONS AND ANSWERS AMENDMENT 1 THIS AMENDMENT IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS THAT WERE SUBMITTED. QUESTION 1 SEC C. Complete Start Up and commissioning. Are there any LEED certifications to be met or are they looking for a report and check out of equipment. ANSWER 1 LEED Cert not required. The system shall be tested and commissioned by the installing contractor. A technical representative will be present to observe functional performance tests to verify proper operation. QUESTION 2 Under Project Objective: Remote access. By Internet and Phone. We provide Internet and Network Access. What do they mean by Phone. Are they referring to an I Phone which is capable of Remote access and receiving alarms. ANSWER 2 Phone meaning smart phone access. COMBINED SYNOPSIS/SOLICITATION HVAC Energy Management System in Key West, FL (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; proposals 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 on RFQ Number RA-133W-12-RQ-1224BS. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (IV) This solicitation is total small business set aside. The associated NAICS code is 238210. The small business size standard is $14.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to replace existing building HVAC management control system, in accordance with the Statement of Work. (VI) Description of requirements is as follows: See attached Statement of Work (VII) Period of performance shall be: January 15, 2013 through February 15, 2013. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offerer will submit a quote for the items in Section (V). (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and will award a firm fixed-price purchase order award with payment terms of Net 30. 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. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Capability - vendor shall provide summary of newly installed equipment, as well as proposed sequence of construction and it's duration, including length of HVAC system downtime. 2) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services and 3) Price. The Government intends to award a best value, firm-fixed price purchase order on an all or none basis. PRE-BID SITE VISIT The government is planning a site visit on Thursday, September 13, 2012, at 10:00 A.M. local time. Location: NATIONAL WEATHER SERVICE FLORIDA WEATHER FORECAST OFFICE 1315 WHITE STREET KEY WEST, FL 33040 To request to be included in the site visit, contact Nick Oliveri, Phone: 305-229-4504 E-Mail: Nick.Oliveri@noaa.gov at least 24 hours before the time of the scheduled site visit. 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. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), with its quote. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (26) 52.222-3, Convict Labor (June 2003) (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (XIII) The following additional FAR terms and conditions are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/ (End of Clause) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011). 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.217-8 Option to Extend Services (Nov 1999). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). 52.242-15 Stop-Work Order (Aug 1989). Department of Commerce Clauses: ASSURANCE BY CORPORATIONS Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. The Offeror represents that, as of the date of this offer - It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 Compliance With the Laws (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 1352.209-74 Organizational Conflict of Interest (APR 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.213-70 Evaluation utilizing simplified acquisition procedures (APR 2010) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: (1) Technical Capability - vendor shall provide summary of newly installed equipment, as well as proposed sequence of construction and it's duration, including length of HVAC system downtime. (2) Past Performance - quote shall include at least two references for similar services including the phone number, full address and E-mail address (if available), and contractor's past performance will be based on responsiveness, quality, and customer services. (3) Price. (End of clause) 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Brenda.S.Summers@noaa.gov. Questions should be received no later than 10:00 A.M. MDT, September 10, 2012. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 1352.237-71 SECURITY PROCESSING REQUIREMENTS - LOW RISK CONTRACTS (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - Special Agency Check (SAC) (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days - National Agency Check and Inquiries (NACI) (2) Contracts less than 180 days - National Agency Check and Inquiries (NACI) (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of clause) 1352.270-70 Period of performance (APR 2010) (a) The base period of performance of this contract is from January 15, 2013 through February 15, 2013. If an option is exercised, the period of performance shall be extended through the end of that option period. (b) The option periods that may be exercised are as follows: NA (c) The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9. (End of clause) STATEMENT OF WORK HVAC Energy Management System Replacement Weather Forecast Office Key West, FL May 22, 2012 Introduction: The existing building management system is manufactured by Invensys with a Niagara software package. The system has complex functionality and is not configured to provide for energy management savings, critical in Key West due to high energy costs. The existing Invensys Energy Management System (EMS) control drawings and sequence of operations is avaible for reference. Project Objective: Furnish all labor and materials to remove and replace existing Invensys Energy Management System as specified in the SOW requirements. Contractor shall provide a new server pc, software, labor, engineering, drawings, warranty, programming and all hardware required to complete the project. A complete commissioning of the system and personnel training will be required. The new energy management system will be capable of accessing the system through a centralized workstation, remote internet and phone. Contractor Requirements: Furnish and install all new Direct Digital Control (DDC) controllers to provide a fully functional EMS with graphical interface. Write all programming according to approved Sequence of Operation as shown in submittal drawings. The Contractor Shall: Provide a complete energy management control system that will operate the various HVAC components to achieve optimal energy savings. Provide a user friendly graphical interface that will allow office personnel to easily observe and control operations of all specified components. Equipment requiring Control: AHU-1 and associated DDC - VAV Components AHU-2 and associated DDC - VAV Components Package Air Conditioning Units (2) Supply and exhaust fans Emergency Diesel Generator Exterior Lighting (AHU - Air Handler Unit, VAV - Variable Air Volume) Use of existing equipment and devices is allowed if compatible with the new system: Examples of existing equipment and devices: Enclosures and wiring Sensors and output devices Actuators Control dampers Lighting contactors The Following Items Are Included As A Part Of This Proposal: A. Contractor shall be responsible for all licenses, permits and permit fees required to complete the work. A. Contractor shall provide a 1 year warranty on the new controls and associated components and a 1 year labor and workmanship warranty. (Written copies of warranties are required.) B. Provide Operation and Maintenance manuals, including detailed operation procedures, cabinet drawings, a detailed bill of materials, and a recommended spare parts list. C. Contractor shall provide complete start up and commissioning. D. Training of the complete system shall be provided by the contractor and will include system description and orientation, operation of the complete system, and troubleshooting procedures of likely failures. E. To provide an accurate analysis of system requirements a site visit will be required by any potential contractors. Work Site: National Weather Service 1315 White St. Key West, Fl 33040 Period of Performance: January 15, 2013 through February 15,2013 Hours of work: Monday - Saturday 0600 - 1830 Security: The contractor will be required to sign in/out daily. Local Contacts: Primary Contact: Nick Oliveri, Facility Engineering Technician Office 305-229-4504 Cell 305-632-2477 Fax 305-229-4554 nick.oliveri@noaa.gov Secondary: Brain Ambuehl Office 305-295-1324 X-260 brian.ambuehl@noaa.gov "The C & A requirements of clause 73 do not apply, Security Accreditation Package is not required"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA-133W-12-RQ-1224BS/listing.html)
- Place of Performance
- Address: 1315 White Street, Key West, Florida, 33040, United States
- Zip Code: 33040
- Zip Code: 33040
- Record
- SN02878326-W 20120913/120912002403-99ac61842ed3c0bfb883f30a1fb24a48 (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 |