Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
MODIFICATION

61 -- Generator International Dam 83093222265 - Question and Answer

Notice Date
8/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
International Boundary and Water Commission, Acquisition Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902, United States
 
ZIP Code
79902
 
Solicitation Number
83093222265
 
Point of Contact
Sylvia Grindstaff, Phone: 9158324121
 
E-Mail Address
sylvia.grindstaff@ibwc.gov
(sylvia.grindstaff@ibwc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A A001 Generator International Dam The purpose of this modification 001, is to attach Question and Answer A001, and to add NAICS Code 238210 Electrical Contractors and Other Wiring Installation Contractors to this solicitation 830932222645 Generator International Dam. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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 separately. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The solicitation number is 83093222265 this solicitation is issued as a request for quote (RFQ). This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 423610 - Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers, with a corresponding small business standard of 100 employees. Only offers from small businesses will be considered for this solicitation. A site visit of where the work will be performed is recommended. Site visits may be arranged with Ms. Rosalba Montes, 915-351-1030. Site visit shall be arranged by July 30, 2018. Offer due date/Local time: August 9, 2018; 2:00 pm MST. Only questions submitted by email to Sylvia.Grindstaff@ibwc.gov will be considered. Questions received from Offerors after 10:00 am on July 31, 2018 will not be responded to. Description: The International Boundary and Water Commission, United States Section (IBWC) requires a Liquid Propane Powered Emergency Back-up Generator. Requirement: Work entails use of a crane to remove top section of concrete bunker that houses the current emergency generator at International Dam. Contractor will remove and properly dispose of current 10kw generator, provide and install at a minimum, a new 25Kw propane fueled generator with a 100 Amp Main Breaker and 100 Amp 3 Pole Automatic transfer switch, a battery charger, batteries and panel mounted annunciator. Generator Output voltage is anticipated to be 120/208 Volts 3 Phase 4 Wire. Contractor shall perform all work needed to get unit installed and operational. Contractor shall do the startup on unit when ready. Contractor shall provide all equipment support to transport and hoist and set new generator properly in place, and all required equipment, labor and materials needed, to perform a turnkey project. Fuel will be provided by USIBWC. CLIN Structure: Line item 001 1 jb - Liquid Propane Powered Emergency Back-up Gnerator, unit Price $, Amount $, Grand Total $. Price shall include installation and delivery cost. Refer to attached Statement of Work for description of the requirement to include dates and places of delivery, inspection, and acceptance. Specification and picture of generator being offered shall be submitted with quote. The destination for FOB Destination shall be the American Dam Field Office. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror based on Lowest Price Technically Acceptable (LPTA). Evaluation of Offer - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical acceptability to meet IBWC requirements; Technical Approach. Technical Approach - Contractor shall provide a two to three page narrative addressing the items in the SOW. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed at https://www.sam.gov. The following provisions and clauses apply to this solicitation: FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition. Depending on the dollar amount of the awarded contract, inapplicable clauses may be removed prior to award. FAR 52.203-6 FAR 52.204-10 FAR 52.209-6 FAR 52.219-6 FAR 52.219-8 FAR 52.219-14 FAR 52.219-28 FAR 52.222-3 FAR 52.222-21 FAR 52.222-26 FAR 52.222-35 FAR 52.222-36 FAR 52.222-37 FAR 52.222-50 FAR 52.223-18 FAR 52.225-13 FAR 52.232-33 FAR 52.222-41 FAR 52.222-42 FAR 52.222-44 FAR 52.222-55 The following additional clauses/provisions are applicable to this requirement. They have the same full force and effects as if provided in full text. FAR 52.237-2 Protection of Government building, equipment and vegetation FAR 52.252-2 Clauses Incorporated by Reference FAR provisions and clauses are available for review at http://www.farsite.hill.af.mil. Offerors shall register or update their registration in the System for Award Management (SAM) database. This registration is required to receive contract award and will facilitate payment. Offers shall be emailed to sylvia.grindstaff@ibwc.gov. NO FAX QUOTES WILL BE ACCEPTED. Please include your DUNS number with your offer. For information regarding this RFQ contact Sylvia Grindstaff (915) 832-4121 or email Sylvia.Grindstaff@ibwc.gov. END of combined synopsis/solicitation. Attachments: Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/IBWC/IMD/ElPasoTX/83093222265/listing.html)
 
Place of Performance
Address: El Paso, Texas, 79922, United States
Zip Code: 79922
 
Record
SN05016143-W 20180803/180801231600-9827188f55fa263ae94ce985ecaabd79 (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.