SOLICITATION NOTICE
W -- Steam Boiler System w/ Operator - Steam Boiler Attachments
- Notice Date
- 11/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- 6923G519Q0201
- Archive Date
- 12/4/2018
- Point of Contact
- Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
patricia.white@dot.gov
(patricia.white@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Task Line Items 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 (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G519Q0201 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The applicable NAICS code is 488390 (Other Support Activities for Water Transportation) and the size standard is $38.5M. The Saint Lawrence Seaway Development Corporation (SLSDC) is a wholly-owned U.S. Government corporation within the U.S. Department of Transportation. The SLSDC operates and maintains the Eisenhower and Snell Locks which are in the town of Massena, New York. The SLSDC plans to award up to three (3) blanket purchase agreements to lease boiler steam plants, including operator services, for the period December 10, 2018 through January 10, 2019. The lease of the boiler steam plants would be on an as-needed basis in the event emergency maintenance work requires the use of steam for ice clearing operations during the end of shipping season in late December. The SLSDC will require the Contractor's services at either Snell or Eisenhower Lock. The Contractor will be required to provide up to two boilers, but may only be required to provide one. The Contractor shall provide, but not limited to, the following listed features which are minimum requirements: For Each Boiler: 1. Nominal 250 Boiler Horsepower rating (BHP), 2. Designed and maintained in compliance with the ASME Boiler and Pressure Vessel Code, 3. Operating steam pressure of 30 psig, 4. Self-contained - trailer mounted, 5. Completely weather protected, 6. Fuel oil fired with integral fuel storage tank; to accommodate a minimum run time of 8 hours between fuel fill-ups at full operating load, 7. Must be able to accept 100% Makeup water, 8. Must be able to accept untreated feedwater from local freshwater source, or able to treat this type of feedwater if necessary, 9. Maximum Electrical load to be 100 AMPS 480V/3PH/60HZ, and 10. Minimum of (3) available steam hose connections with shut off valves. Other Equipment For Each Boiler: 1. 2,500 linear feet of 1.5-inch diameter steam rated hose with a temperature rating from -40 F. to 450 F., 2. (8) Steam shut off valves for steam hose point of use end. Valves to have Pipe Thread (NPT) connections, 3. Hose Couplings needed, if not integral to hose assembly, to be steam rated, and 4. 500 linear feet of boiler feed water supply hose. Operator: 1. Must provide continuous on-site operator coverage with qualified operators for boiler operation during the period of performance. If boiler steam plant services are required, the work will be performed continuously seven days a week until shipping is complete for the shipping season. The SLSDC requires mobilization and startup to be complete within 24 hours of notification. The Contractor shall provide unit rate pricing for the items in the attached spreadsheet. The quantities provided are estimated and subject to change. The SLSDC is obligated only to the extent of authorized purchases actually made under the blanket purchase agreement. There is no minimum order guarantee. If the Contractor will not accept an order providing for the accelerated delivery or does not have the required units available, the SLSDC may acquire the urgently required goods or services from another blanket purchase agreement holder or another source. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the SLSDC based on price and technical acceptability (meeting the equipment and operator minimum requirements listed above). For the purposes of evaluating bids, pricing for a hypothetical scenario of renting two boilers for one month, starting on December 10th, will be considered. This includes the associated rental of hoses, valves, fittings, etc. for each boiler, as well as costs for operator coverage during this period. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items, Alternate I, is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunities for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 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 (Boiler Tender - WG-10, $30.89); 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-62, Paid Sick Leave Under Executive Order 13706. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2018); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 12:00 pm EST, Monday, November 19, 2018. Offerors shall submit the completed spreadsheet, equipment data sheets, and their respective lease terms and conditions with their quote. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. This is a total small business set aside procurement. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. The SLSDC contemplates award of a fixed price type blanket purchase agreement(s) resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G519Q0201/listing.html)
- Place of Performance
- Address: Eisenhower or Snell Lock, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN05143348-W 20181107/181105230616-14bdbe645a72944045f522ca940c214e (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 |