Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

45 -- Replace L-128 furnace, Mount Rainier National Park

Notice Date
5/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
140P8318Q0053
 
Response Due
5/16/2018
 
Archive Date
5/31/2018
 
Point of Contact
Hoversten, Hal
 
Small Business Set-Aside
Total Small Business
 
Description
Mount Rainier National Park is seeking offers for the replacement of the L-127 propane fired furnace in accordance with the scope of work listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation 140P8518Q0053 is being issued as a request for quotation (RFQ). The anticipated award date is 5 days after the close of this announcement. All offerors must be registered and have active profiles, to include complete representations and certifications, in the System for Award Management database (https://www.sam.gov) prior to the close date of this RFQ in order to be eligible for award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 01-24-2018. This procurement is being solicited as a Firm-Fixed Price, 100% Small Business Set-Aside under NAICS code 238220 Plumbing, Heating, and Air-Conditioning Contractors; Small Business size standard is $15.0M in annual receipts. Project Location: The work of this contract takes place in the residential area of Longmire at Mount Rainier National Park, Washington. The work site is located east of Ashford, Washington off of State Route 706 six miles east of the Nisqually entrance station. Period of performance: 05/29/2018 to 06/08/2018 The work consists of the following: remove and dispose (in accordance with local, State and Federal laws) of the existing propane vapor fired forced air furnace in residential unit L128. Supply and install a propane vapor-fired forced air furnace which shall serve as the sole source of heating year-round for the building. The area to be served by the forced air furnace is 1,950 square feet; exterior wall insulation is presumed to be R13, the ceilings are insulated to R19. All windows are single pane. The current unit has not provided adequate heating to the house during winter months. The new furnace shall be Energy Star-rated with AFUE rating of 97% or greater. The contractor shall install the new furnace at the same location as existing unit and connect it to the existing supply and return ductwork. The contractor shall connect the electric supply terminations in the new furnace to the existing 120 volt 20 amp single pole circuit in the adjacent switch box. He/she shall connect the new furnace to the existing LP fuel line at the ball valve. The contractor shall install an Energy Star touchscreen setback thermostat with seven day programming to replace the existing thermostat in the living room and connect the furnace to the existing thermostat conductors. All work shall follow the guidelines established in the manufacturer's installation manuals. All work must comply with NFPA/ANSI 58-1992 and all local, State and Federal Codes. The contractor shall undertake the initial firing of the furnace for proper combustion readings, adjustments and balancing of air flow. He/she shall instruct NPS personnel identified by COR in furnace operation and supply all associated installation and operations manuals to COR. The project site will be closed to the public during construction. The contractor shall at all times conduct his operations to ensure the least convenience to the public. Temporary closures may be permitted upon specific written approval of the contracting officer. Contractor use of site: Limit use of the site during the construction period to the project area limits as outlined on the attached site map. Do not disturb portions of the site beyond the project area limits. Park Entry: The contractor shall furnish a list of personnel with phone contact information. Vehicles associated with the contractor shall be waived entrance fee upon entering in a marked company vehicle or by providing the names of employees entering in personal vehicles. The entrance fee is waived only for the purpose of reporting directly to a specific work location. Any deviation for recreational purposes is subject to payment of required entrance fees. A park map can be located here: https://www.nps.gov/mora/planyourvisit/maps.htm Site Access: The contractor shall access the project site as outlined on the attached site map. Do not drive vehicles off road or access non-project areas without permission from the contracting officer or park superintendent. Park Regulations: Ensure all personnel (contractors, subcontractors, and vendors) entering or working in the park are familiar with and obey all park regulations. Law enforcement rangers will intervene if they perceive any unsafe or unlawful activity. Working Hours: Regular work hours shall be limited to daylight hours from 7:00 a.m. until 5:00 p.m. Monday through Friday, excluding government holidays. Work outside regular hours requires approval from the contracting officer. No Smoking Policy: Smoking is prohibited inside or outside within 25 feet of any buildings in the park. This applies to existing buildings, buildings under construction, and buildings under renovation. Discarding of tobacco products or debris anywhere other than into designated tobacco receptacles is considered littering and subject to fines. Staging and Storage: Confine storage of equipment and materials to the staging / lay-down / storage areas identified at the preconstruction meeting. Parking: The contractor shall park vehicles and heavy equipment in designated areas for contractor use or as established at the preconstruction meeting. Vehicles are not permitted within long-term or overnight parking along roads or in associated overlooks / pull-outs. Driveways and Entrances: The contractor shall keep driveways and entrances serving the premises clear and available to the government, government employees, and emergency vehicles at all times. Preservation of Natural Features: Prevent damage to natural surroundings. Restored damaged areas and replace damaged trees, vegetation, and grass at no expense to the government. Item Description(s): Line Item 0010: Remove and dispose of the existing furnace; supply/install/configure and start-up of one (1) new furnace with touch screen control panel as described above. Grand total 1 lump sum $________ The Government shall award a single firm fixed-price purchase order resulting from this RFQ to the most responsive and responsible offeror whose quote is determined to be the best value to the Government. The provision at 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this offer- the selected offeror must submit a completed copy of the listed representations and certifications. The clauses at FAR 52.212-4, contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, to include the following clauses sited and incorporated by reference: FAR 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-35, 52-222-41, 52.222-42, 52.223-18, 52.225-13, 52.232-33 and Solicitation provisions that apply: 52.204-7 System for Award Management, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. The Service Contract Wage Determination WD-15-5539 (Rev. -7) effective 01/16/2018 covers the rates of work under this solicitation and can be located here: https://wdol.gov/sca.aspx 52.212-2 Evaluation - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation which will is identified as demonstrating the best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1) Price; 2) past performance (i.e., previous supply orders to Government agencies). Evaluation factor of past performance is approximately equal to price. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far Vendors will be required to register and submit a PDF invoice through the Internet Payment Platform: https://www.ipp.gov The point of contact regarding this solicitation is Hal Hoversten, 360-569-6542 A site visit is scheduled, May 9, 2018 at 09:00 am Pacific Time. Participants shall meet at the Museum parking area in Longmire. Please RSVP by e-mail to hal_hoversten@nps.gov All questions regarding this Solicitation must be submitted by e-mail to Hal Hoversten at hal_hoversten@nps.gov no later than 1:00 pm Pacific Time on Thursday, May 10, 2018. If required, any questions received will be answered through an Amendment to this Solicitation. Quotes must be transmitted by e-mail to Hal Hoversten at hal_hoversten@nps.gov, no later than 3:00 pm Pacific Time on Wednesday, May 16, 2018. The Government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8318Q0053/listing.html)
 
Record
SN04905928-W 20180503/180501230620-a598a4f47f3d76cc94cf5723c476b139 (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.