MODIFICATION
61 -- Electric Grid Upgrade - Revised Solicitation
- Notice Date
- 4/5/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- 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
- 693JF718B000004
- Archive Date
- 6/23/2018
- Point of Contact
- Judy Bowers, Phone: 2023661913, Maxmillian S. Diah, Phone: 516-726-6152
- E-Mail Address
-
judy.bowers@dot.gov, diahm@usmma.edu
(judy.bowers@dot.gov, diahm@usmma.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised Solicitation Clauses to change COR to Edward Kaja THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THE STATEMENT OF WORK (SOW) AND DRAWINGS. Read all documents to this solicitation prior to completing and returning any forms to this office. Enter price in Section B of page 3 in black ink or typewritten. A bid package that fails to contain the following shall result in the bid being considered nonresponsive and, therefore, shall not be considered for award: •1. 1. All required entries in Section B, bid schedule; •2. 2. Reps, Certs & statement of bidders (unless included or completed electronically through online representation and certification and an active SAM registration at https://www.sam.gov ; •3. 3. All attachments which require fill-in information. All work shall be consistent with the Department of Interior's Standards for The Treatment of Historic Property. The contractor shall provide all labor, material, transportation, tools, parts, equipment and supervision necessary for performing, installing, furnishing and supplying all materials, equipment, labor and incidentals necessary or convenient for the construction of USMMA Electrical Infrastructure Upgrade USMMA Project. CONTRACTOR'S USE OF PREMISES A. Limit use of premises to allow: 1. Owner occupancy. 2. Work by others and work by Owner. 3. Work sequence to allow use of premises. B. Contractor shall clearly describe how their work will interfere with campus use and place and location of supporting equipment so that the USMMA can understand how the site access might be limited and for how long. 1.03 SCHEDULING A. The work of this project will be performed in 365 consecutive calendar days. B. Electrical Contractor is responsible for scheduling and coordination between all trades. 1.04 SCOPE OF WORK A. The work to be done under the Contract, in accordance with the Contract Documents, consists of performing, installing, furnishing and supplying all materials, equipment, labor and incidentals necessary or convenient for the construction of USMMA 15KV Electrical Infrastructure Upgrade USMMA Project and carrying out all of the duties and obligations imposed upon the Contractor by the Contract Documents. B. The main features of the work shall include, but not be limited to the following: 15KV ELECTRICAL INFRASTRUCTURE UPGRADE 01 00 00-2 USMMA -KINGS POINT, NY GENERAL REQUIREMENTS 1. Phasing: The project shall be phased so that no portion of the facility experiences interruption of services during normal business hours. A detailed scheduling and phasing sequence is provided on Drawing E-001 and consists of 8 distinct phases with multiple sub-phasing requirements. 2. Demolition, abatement and hazardous materials removals. 3. Provide structural support for new pre-fabricated utility building 4. Provide new pre-manufactured enclosure for the primary distribution board as described on drawings and in the specifications under Alternate#1 5. Disconnect and replace existing 13.2KV service and distribution switchboards. 6. Disconnect and replace existing pad mounted transformers where indicated on drawings. 7. Disconnect and replace existing 15KV feeders as indicated on drawings. 8. Coordinate all tasks required for equipment disconnection and removal with the utility Company (See the Statement of Work and Specifications for full description). The solicitation number 693JF718B000004 for the Electrical Infrastructure Upgrade. This is being issued as an Invitation for Bids (IFB) FAR 32.213-3 The USMMA is an agency of the Maritime Administration (MARAD) managed by the United States Department of Transportation and 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 package should include a Bid Bond 20% of the proposed award and a 100% Performance Bond within 10 days after award. This announcement is a Total Small Business set-aside: The North American Industrial Classification System (NAICS) code for this project is 237130. The Business Size Standard is $36,500,000.00 in average receipts for the last three years. In accordance to with FAR 36.204, the magnitude of this construction project is between $5,000,000 and $10,000,000. The Government intends to award a Firm-Fixed Price contract. 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) Bidders 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 visit is scheduled for the 24th of April 2018, at 9:30am. Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. Edward Kaja 516-726-5903 kajae@usmma.edu Location of Services: U. S. Merchant Marine Academy 300 Steamboat Road Kings Point, NY 11024 FOB: Destination 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 10, 2018. The date and time bids are due: 12:00pm June 08, 2018. Proposals should be mailed or delivered to: Attention: Judy Bowers, Sr. Contracting Officer U. S. DOT/Maritime Administration U.S. Merchant Marine Academy Department of Procurement Furuseth Hall Rm 212 300 Steamboat Road Kings Point, New York 11024 Faxed or electronic bids will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718B000004/listing.html)
- Place of Performance
- Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN04879990-W 20180407/180405231436-cdd5728a44892210ce7472844fb8affb (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 |