SOLICITATION NOTICE
Y -- Electrical Service Flag Pole and Pond - Solicitation
- Notice Date
- 8/17/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236118
— Residential Remodelers
- 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
- 693JF717R00021
- Archive Date
- 9/30/2017
- 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
- Statement of Work Solicitation This solicitation is for the installation of new outdoor electrical load center panel to service the water fountain and flag pole. The current practice of jerry-rigging a line from Bowditch to the flagpole in order to supply power for the Christmas Tree Lights is time consuming and potentially dangerous. In addition, the water fountain uses once-through domestic water (without recycle) which is very wasteful. The USMMA is looking for a qualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision to install three new electrical circuits at the fountain/flagpole. The selected contractor shall perform the following the following tasks in accordance with current National Electrical Code (NFPA 70) : Survey work area using GPR (or similar technology) and stake out all utility lines. Document survey with pictures of the mark-outs. Run a new 2" galvanized rigid steel conduit (approximately 250 feet) from Panel B02 in Barry Hall to a new exterior load center panel (to be provided by the contractor). The panel shall be Square D QO1816M150FTRB LD CTR QO MB 240V 150 A 1PH 8SP NEMA3R or approved equivalent. This panel shall be installed in a lockable enclosure fabricated of stainless steel. This unit shall be located in an obscure location adjacent to the marble railing of the Wiley Hall Oval Garden (see picture). Contractor shall mount the enclosure using Kindorf type stainless steel channels and brackets. The exterior panel shall be wired as shown in Diagram #1. Grounding rods shall be installed if required by NEC. Contractor shall use THHN/THWN-2 High Speed Copper Cable. The feeder lines from Panel B02 to the outdoor load center shall be 4 Gauge or heavier. All the other wires shall be 12 Gauge. Contractor shall provide calculations to support gauge selection. The United States Merchant Martine Academy (USMMA) is an agency of the Maritime Administration (MARAD) managed by the United States Department of Transportation. The USMMA is listed as a National Historic District on the National Register of Historic Places. The American Merchant Marine Museum (the former William S. Barstow house), is part of the academy; however, it is listed separately on the National Register. 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. and 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 693JF717R00021 for the installation of new outdoor electrical load center panel to service the water fountain and flag pole. This is being issued as a Request for Proposal (RFP) The package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award. Past performances from three (3) recent contracts performance should be sent directly from the contractor to judy.bowers@dot.gov by the closing date. 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: Set-Aside/Size Standards: This Solicitation is a set-aside for Small Business Concerns Only 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: Bids will be accepted from Small Business concerns under NAICS Code 236110 Residential Remodelers The Small Business Standard is $35.5 Million 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 Bidders must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. 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 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. 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: Thursday, August 31, 2017, at 1:00pm; and Thursday, September 7, 2017, at 10:00am 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, Jr. 516-726-5606 ronder@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 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 Friday, September 1, 2017. The date and time proposals are due: 10:00am September 15, 2017. Proposals should be mailed to: Judy Bowers Sr. Contracting Officer U. S. DOT/Maritime Administration Office of Acquisition (MAR-380) 1200 New Jersey Avenue, SE Room W26-418 Washington, DC 20590 FOB: Destination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF717R00021/listing.html)
- Place of Performance
- Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Record
- SN04633356-W 20170819/170817231434-17fae1a4f377ec996c65c10960e6c245 (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 |