SOLICITATION NOTICE
61 -- Supply and install lead acid batteries
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335911
— Storage Battery Manufacturing
- Contracting Office
- Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
- ZIP Code
- 00000
- Solicitation Number
- 140R3018Q0206
- Response Due
- 9/10/2018
- Archive Date
- 9/25/2018
- Point of Contact
- Berry, Kathleen (Kathy)
- Small Business Set-Aside
- N/A
- Description
- (i) 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; quotations are being requested. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. 140R3018Q0206) is being issued subsequent to this combined solicitation/synopsis. The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on Search Public Opportunities Only, and then searching by Reference Number 140R3018Q0206. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-100. (iv) This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is: 335911 Storage Battery Manufacturing. The small business size standard for NAICS Code 335911 is 1,250 employees. (v) Contract Line Item Numbers (CLINs) are as follows: CLIN 0010 - Battery Connector Covers in accordance with Attachment 1, Scope of Work, to include delivery in pricing. Quantity 140 each. CLIN 0020 - EC-13 Rechargeable Batteries in accordance with Attachment 1, Scope of Work, to include delivery in pricing. Quantity 120 each. CLIN 0030 - EC-21 Rechargeable Batteries in accordance with Attachment 1, Scope of Work, to include delivery in pricing. Quantity 240 each. CLIN 0040 - 4DX-21 Rechargeable Batteries, UPS in accordance with Attachment 1, Scope of Work, to include delivery in pricing. Quantity 48 each. CLIN 0050 - Spill Containment Mats for Battery Acid in accordance with Attachment 1, Scope of Work, to include delivery in pricing. Quantity 5 each. CLIN 0060 - Battery Racks Two Wide. This Line Item is ONLY to be priced if existing battery racks will not be used. See complete details in Attachment 1, Scope of Work, to include delivery in pricing. Quantity 43 feet. CLIN 0070 - UPS Conduit in accordance with Attachment 1, Scope of Work, to include delivery in pricing. Quantity 25 feet. CLIN 0080 - Removal, Installation, Testing, and Training on Equipment. Quantity 1 lump sum. See attached Statement of Work. The Statement of Work provides more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number 140R3018Q0206. (vi) The Bureau of Reclamation has a requirement for a contractor to replace, install, and test of newly installed batteries in accordance with Attachment 1, Scope of work for Hoover Dam. (vii) Delivery and installation shall be within 60 days after award and FOB Destination. All items shall be delivered to the Bureau of Reclamation, Hoover Dam Central Warehouse, State Route 172, Boulder City, NV 89005. Installation is at Hoover Dam. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. The term "offer" with quote within the provision 52.212-1. - Addendum to 52.212-1, Instructions to Offeror - Commercial Items In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each quoter shall submit a quote in accordance with the instructions contained in this provision. (A) GENERAL QUOTATION INSTRUCTIONS (1) Vendor shall submit a quote for Line items 0010 through 0080. Quote shall include all the costs to complete the requirements in Attachment 1 - Scope of Work. (2) Quotes shall include equipment specifications; product cut sheets, product literature, preventative maintenance information, and/or any other supporting documentation that demonstrates how the proposed product meets the requirements in Attachment 1 - Scope of Work. (3) Submit the following information: Dun and Bradstreet Number Systems (DUNS): ______________ Contractor E-mail Address: ______________________________ The Quoter shall include shipping in their quotation for units to the Hoover Dam Warehouse. -52.204-16, Commercial and Government Entity Code Reporting -52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representative and Certification -52.252-1, Solicitation Provisions Incorporated by Reference -1452.215-71, Use and Disclosure of Proposal Information - Department of Interior -1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation -1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations - Bureau of Reclamation (ix) The Government will award a contract resulting from this solicitation to the lowest price responsible quoter whose quote conforms to the RFQ. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To obtain and complete a hard copy of Provision 52.212-3, it can be found in the Federal Acquisition Regulation located at https://www.acquisition.gov/browsefar. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - -52.204-4, Printed or Copied Doubled-Sided on Postconsumer Fiber Content Paper -52.204-18, Commercial and Government Entity Code Maintenance -52.232-40, Providing Accelerated Payment to Small Business Subcontractors -52.242-15, Stop-Work Order -52.252-2, Clauses Incorporated by Reference -DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) -DOI-AAP-0050, Contractor Performance Assessment Reporting System -1452.201-70, Authorities and Delegations -1452.222-81, Employment Verification -1452.223-81, Safety and Health - Bureau of Reclamation -1452.228-70, Liability Insurance - Department of Interior -1452.237-80, Security Requirements - Bureau of Reclamation (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires (xiii) Not applicable (xiv) Not applicable (xv) All questions shall be submitted via email to kberry@usbr.gov by no later than 2 PM PT on Thursday, August 30, 2018. No additional questions will be accepted after this date. Quotes are due no later than 2 PM PT on Monday, September 10, 2018. Responsible quoters are requested to submit a quote for this requirement. Quotes shall be submitted electronically through FedConnect or via email to kberry@usbr.gov. Offerors shall submit all the requested information listed under (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items, a. Addendum to FAR 52.212-1 - Quote Submission Instructions and paragraph (ix) to be considered for award. All documents pertaining to this RFQ are located at www.fedconnect.net, Reference Number 140R3018F0206. (xvi) The Point of Contact for this solicitation is Ms. Kathy Berry, Contract Specialist. She may be reached via e-mail at kberry@usbr.gov, or by phone at 702-293-8460. *End of Combined/Synopsis Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad09c9a7c34b1ec11086cad1012ce3f8)
- Record
- SN05052237-W 20180825/180823231203-ad09c9a7c34b1ec11086cad1012ce3f8 (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 |