SOLICITATION NOTICE
47 -- Partial Re-tube of Boiler - Solicitation Package
- Notice Date
- 4/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331210
— Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
- 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
- 693JF718Q000022
- Archive Date
- 5/30/2018
- Point of Contact
- Karen Lee GIll, Phone: 2023661744, Judy Bowers, Phone: 202 366-1913
- E-Mail Address
-
Karen.Gill@dot.gov, Judy.Bowers@dot.gov
(Karen.Gill@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 acquire a qualified and experienced contractor to provide labor, material, transportation, tools, equipment and supervision to re-tube Fulton Hall Kewanee L3W-300-G02 high pressure hot water boiler #1 (Serial #: 20137). Contractor shall also provide a quote for performing the annual inspection and tube cleaning. The selected contractor will be responsible for the following: Boiler #1, Serial #20137: Demo/remove ten damaged, leaking tubes; Supply and install new tubes matching the existing specifications of the boiler, see attached cut sheet; Vacuum and clean entire boiler, breeching, chamber and chimney base; Inspection of venturi ring assembly and Upon successful completion of the above, fill boiler and hydrostatically test to 185 psi for water tightness. The contractor shall remove all demolished and excess materials from the site and Academy grounds and dispose of according to all local, state and Federal ordinances. The solicitation number 693JF718Q000021 for the Fulton Hall Re-tubing of Kewanee L3W-300-G02 high pressure hot water boiler. This is being issued as a Request for Quotes (RFP) 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. 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. 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 331210 - Iron and Steel Pipe and Tube Manufacturing from Purchased Steel 1,000. The Small Business Standard is $36.5 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 - Experience with construction projects of similar nature and scope. This will be based on key personnel who has successfully performed at least three (3) construction projects of similar nature and scope within the last three (3) years. •b. Past Performance - Provide three (3) references of the same or similar nature and scope performed within the last three (3) years. •c. Price - The Government will evaluate the reasonableness of the total price in accordance with FAR Part 15.4. The Government will evaluate the offer for award purposes by adding the total price for all options (if applicable) to the total price for the basic requirement. •d. Schedule - Performance work schedule must be submitted. Quoters 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: Wednesday, April 23, 2018, at10:30am; and Wednesday, April 30, 2018, at 10:30am Please contact the facility to inform them that you will be attending the site visit so that the proper security arrangements may be made. 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 karen.gill@dot.gov and judy.bowers@dot.gov no later than May 1, 2018, no phone calls will be accepted. Quoters should email their quotes by the closing date of May 15, 2018, at 5:00pm, Eastern Standard Time to: Karen.gill@dot.gov and Judy.bowers@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718Q000022/listing.html)
- Place of Performance
- Address: U.S. Merchant Marine Academy, 300 Steamboat Road, Kings Port, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN04891084-W 20180418/180416231012-0408df7f9b70838fc74032e6ebfa63a5 (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 |