SOLICITATION NOTICE
Y -- Replace Lighting Over Diving Section of Pool - Solicitation
- Notice Date
- 5/8/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- 693JF717Q00016
- Archive Date
- 6/22/2017
- Point of Contact
- Judy Bowers, Phone: 2023661913
- E-Mail Address
-
judy.bowers@dot.gov
(judy.bowers@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire Pictures Statement of Work Solicitation This solicitation is to seeks a q ualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision to remove and replace the lighting fixtures over the deep area of the swimming pool. There are currently twelve (12) 8' strip fixtures and five (5) 2'x2' troffer fixtures that need to be replaced The scope of this project takes place at a high elevation and fall protection is required. The Contractor must comply with all OSHA requirements for Fall Protection including Standard Number 1926.501. Contractor shall submit a copy of their safety procedures with their bid and provide all safety equipment to their employees. The selected contractor will be responsible for the following tasks: •· Remove all of the above fixtures. Dispose of the fixtures and all the debris in the work area in accordance with all local, state and federal regulations. •· Supply and install five (5) troffer fixtures, Warehouse Lighting Model GH22-140WLED-UNIV-5000K PCL WC with polycarbonate lense or approved equivalent. •· Supply and install a new dimmable switch for the five (5) troffer fixtures. •· Supply and install ten (10) strip fixtures, Warehouse Lighting Item LCS-8 140W, Economy 8' LED Channel Strip, or approved equivalent. •· Supply and install a new dimmable switch for the ten (10) strip fixtures. The contractor shall be aware of the potential presence of hazardous materials, specifically lead-based paint and asbestos, in any buildings located at the USMMA. It is the responsibility of the contractor to take appropriate measures in accordance with all local, state, and federal environmental and occupational safety and health laws and regulations. The USMMA is listed on the National Register of Historic Places. Therefore, all work shall be consistent with the Secretary of the Interior's Standards for the Treatment of Historic Properties (36 CFR part 68) http://www.nps.gov/tps/standards/four-treatments/treatment-guidelines.pdf. All work shall meet or exceed the standards provided in the Secretary of the Interior's Standards for Rehabilitation and guidelines for applying the standards published by the National Park Service, U.S. Department of the Interior 36 CFR 67.7 - Standards for rehabilitation. The solicitation number 693717Q00016 to remove and replace the lighting fixtures over the deep area of the swimming pool at the O'Hara Hall. This is being issued as a Request for Quote (RFQ) In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation (AGAR )452.219-70 Size Standard and NAICS Code Information: The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: NAICS Code 238210 Electrical Contractors and Other Wiring Installation Contractors Size Standard $15.0 Mil Description of requirements for the items to be acquired: Firm Fixed Priced requirement for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work. Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies). Provide an estimated period of performance to complete each project. Prior to the award of the contract: The vendor and subcontractors must be registered and active in the Systems for Award Management (SAM) www.SAM.gov. Must provide a 20% bid bond and 100% performance bond within 2 days after award. In accordance with FAR 52.237-1 SITE VISIT (APR 1984) 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. Site visits are as follows: May 15, 2017, at 9:00am May 24, 2017, at 9:00am Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. Richard Ronde 516-726-5606 pbuhse@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: •a. Technical Qualifications •b. Past Performance c. Price Past performances from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. The date and time proposals are due: 10:00am June 7, 2017. ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. Submit all questions regarding this requirement via email to judy.bowers@dot.gov no later than May 25, 2017 Please email your proposals to: Judy Bowers Email: judy.bowers@dot.gov Mailing Address: DOT-Maritime Administration Attn: Judy Bowers Team Lead/Sr. Contracting Officer 1200 New Jersey Avenue, SE., W26-418 Washington, DC 20590 Ph# 202-366-1913
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF717Q00016/listing.html)
- Place of Performance
- Address: 300 Steamboat Road, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN04499316-W 20170510/170508234313-6596189acbda8935e329aeb6163e3400 (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 |