Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2017 FBO #5815
SOLICITATION NOTICE

Z -- Complete Interior and Exterior Gas Piping - Solicitation

Notice Date
10/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning 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
693JF718R00001
 
Archive Date
12/1/2017
 
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 is a combined synopsis/solicitation for a qualified, licensed and insured contractor to provide labor, material, transportation, tools, equipment and supervision to complete the exterior and interior natural gas piping for the two laundry rooms (J07 and B10). Prior to submitting a bid, Contractor must attend one of the scheduled Walk-Throughs, otherwise their bid will be invalidated. The selected contractor, following all federal, state and local regulations, shall be responsible for the following tasks: •· Coordinate project schedule with COR •· - At each location, the Contractor shall complete the interior as well as exterior piping per Drawing MTRS-6142 for a 425 CFH meter. Note: A meter bypass is required but is not shown in the drawing. The piping through the masonry/concrete wall shall be sleeved. •· - Contractor shall reconfigure the piping proximate the ASCO Gas Shutoff Valve and reinstall it correctly, with the solenoid vertical and upright. See ASCO Cut Sheet and Installation & Maintenance Instructions. •· - Contractor shall paint the natural gas line using yellow paint comparable to the existing paint. •· - Contractor shall provide the COR a letter confirming the results of the pressure test. This letter must meet local requirements. •· - Contractor shall call National Grid for a meter set appointment after pressure tests are completed. - Contractor shall coordinate the installation of meter with National Grid. Contractor shall be present when the meters are installed. - Contractor shall be responsible for hiring an instrumentation specialist to connect and integrate the existing ASCO Gas Shutoff Valves with the fire alarm central control panel following NFPA guidelines. Under a smoke/fire condition, the alarm will activate and power to the valve will be cut off causing it to close. Contractor shall test the system to make sure that the valve operates as it is intended. Contractor shall be responsible for confirming all measurements and dimensions. The solicitation number 693718R000001 to complete the exterior and interior natural gas piping for the two laundry rooms (J07 and B10. This is being issued as a Request for Proposal (RFP) The price range is between $12,000 to $14,500. 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 238220 Plumbing, Heating and Air Conditioning 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: Thursday, October 26, 2017, at 10:00am Tuesday, November 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 516-726-5606 RRonde@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. 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 November 08, 2017 The date and time proposals are due: Thursday, November 16, 2017, 10:00am Please email your proposals to: Judy Bowers Email: judy.bowers@dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718R00001/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
SN04720320-W 20171025/171023230913-d8905b52933cce875f732e7bb29320a9 (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.