Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

J -- Rail Car Wheel Replacement

Notice Date
4/20/2020 11:22:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488210 — Support Activities for Rail Transportation
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20-996934
 
Response Due
5/1/2020 2:00:00 PM
 
Archive Date
05/16/2020
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@usda.gov
(lynn.hults@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 number 12405B20-996934 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 488210 (Support Activities for Rail Transportation), with a small business size standard of $15 Million. Specifications: With the following minimum specifications: Statement of Work: See Attached. STATEMENT OF WORK Replace Rail Car Wheels Photoperiod House Sugarcane Field Station 12990 Hwy 441N Canal Point FL Project Contacts Research Leader (RL) Dr. Dr. Duli Zhao�������������������������������������������������������������� Phone: 561-924-5227 USDA ARS Sugarcane Field Station 12990 US Hwy 441 N Canal Point, Florida 33438�������������������������������������������� Duli.Zhao@usda.gov Administrative Officer (AO) Audra MacNaught���������������������������������������������������������� Phone: 561-924-5227 ext. 109 USDA ARS Sugarcane Field Station 12990 US Hwy 441 N Canal Point, Florida 33438�������������������������������������������� audra.macnaught@usda.gov Contracting Officer (CO) Lynn Hults USDA ARS SEA APD����������������������������������������� Phone: 979-260-9220 2775 F & B Road College Station, TX 77845����������������������������� Email: lynn.hults@usda.gov Engineering Projet Manager (EPM) & (COR) Everett Wilson������������������������������������������������������������������ Phone: 720-618-0703 USDA, ARS, SEA Facilities 3550 Main Street, #5121 Houston TX 77002����������������������������������������������������������� Everett.Wilson@usda.gov Area Safety and Health Manager (ASHM) Darrell Williamson���������������������������������������������������������� Phone: (662) 686-5343 USDA, ARS, SEA 141 Experiment Station Road Stoneville, MS�� 38776���������������������������������������������������� Darrell.Williamson@usda.gov Location Coordinator George Carpenter�������������������������������������������������������� Phone: (561) 924 5227 Maintenance Mechanic USDA ARS Sugarcane Field Station 12990 Hwy 441N Canal Point, FL 33438��������������������������������������������������� george.carpenter@usda.gov Codes and Standards Applicable Codes and Standards apply and are not limited to the following: ANSI -������������������� American National Standards Institute. ASME -����������������� American Society of Mechanical Engineers. NEC -�������������������� National Electrical Code, NFPA 72. OSHA -����������������� Occupational Safety and Health Administration ADA �������������������� Americans with Disabilities Act All work must meet ARS 242.1M �ARS Facilities Design Standards� for the defined scope of this project in addition to meeting all Local, State and Federal codes, and latest IBC codes.� The document may be found at https://www.afm.ars.usda.gov/ppweb/pdf/242-01m.pdf. Introduction The Contractor shall provide all professional services, personnel, tools, material, equipment (including cranes and rigging equipment), fuel, testing, personal protective equipment and any other requirements to replace 48 wheels, washers, bushings, axles and lock nuts that are mounted on 12 small rail cars at the location listed below.� These rail cars are used in the Breeding Program located in Building 13, also known as the Photoperiod Building. USDA, ARS Sugarcane Field Station 12990 Hwy 441N Canal Point, FL 33438 Site Visit Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The purpose of a site visit is to observe first-hand any conditions relevant to the completion of this project.� No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. Contractor must be registered in System for Award Management, (SAM), prior to submitting a bid. Registration can be completed at www.sam.gov/portal/public/SAM Base Bid Contractor shall perform the work as specified in the Statement of Work. All proposals shall be in unlocked MS Word format and all cost proposals shall be detailed and presented in unlocked MS Excel format with formulas working. All proposals shall be in unlocked MS Word format and all cost proposals shall be detailed and presented in unlocked MS Excel format with formulas working. Hours of Operation The Contractor�s scheduled performance of these services must fall within the normal business hours of the Sugarcane Field Station: 7:30am to 4:00pm Monday through Friday (exluding Gov. holidays). Any changes to the work schedule shall be submitted to the Contacting Officer for written approval prior to schedule change. Scope Statement Contractor will verify all dimensions and site conditions prior to beginning work. Contractor shall provide labor, specified materials, equipment, and tools required to perform the job fully and completely. The contractor shall always be responsible for safeguarding all Government property and his work and ensuring the safety of his crew and ARS employees.� The Contractor is required to secure their equipment and leave the site prior to lock down of the facility each day.� The premises shall be left in a clean, orderly, and acceptable condition.� The Government is not responsible for loss or damage to the Contractors� equipment during the contract. Contractor Supplied Parts The contractor shall provide all parts for wheel assemblies necessary to successfully complete the project and deliver a functioning system.� Submittals on all material used on this project shall be submitted to the EPM, Site RL, and CO before purchase.� Electronic submittals are acceptable otherwise three written submittals are required.� The materials listed below are referenced for performance and quality only. The Contractor may submit on equally performing materials, subject to the approval of the Government. The Contractor shall supply the following parts at a minimum and all other parts necessary for the successful implementation and completion of this project: PARTS LIST QTY Hamilton V-Groove Track Wheels (W-10-V-1) 10� Dia. x 3� Face x 3-1/2� Hub Length with 1� Straight Roller Bearings and bearing seals H-1 48 Hamilton Spanner Bushings �� ID X 1� OD X 3-9/16� Long with Drilled Hole (SB-1-D) 340300 48 Stainless Steel Rubber Sealing Washers �� (Aztec N1500B15) 96 Stainless Steel Axles (bolts) ��-10 UNC x 6-�� 48 Stainless Steel Elastic Stop Nuts ��-10 UNC 48 Stainless Steel 1/16� Thick x 1� ID x 2-1/2� OD Spacers 96 Stainless Steel Flat Washers �� 96 Never-Seez 32oz 1 The Contractor will replace any item that is defective, does not meet specifications, or incurs damaged during transport handling and installation. Government Furnished Property and Services The Government shall provide, without cost, the materials and services listed below. The Government will provide Utilities (power, water, etc.) where available The Government will not provide any materials, equipment or fuel The Government will not provide any equipment or services General Installation Procedure Wheel Removal The Contractor shall remove the bars that link the rail carts together, then raise each rail cart and support the rail cart on jack stands or other blocking (no concrete blocks or bricks).� Remove the wheels and wheel hardware.� The wheels and wheel hardware shall be turned over to the Sugarcane Field Station representative. Cleaning and Wire Brushing The Contractor shall use a wire brush to remove dirt, rocks, rust and scale from the area where the wheels have been removed.� The channel where the new wheels and hardware will be installed will be free of dirt, rocks, rust and scale prior to installing the new wheels and hardware. Wheel Installation The Contractor shall the attached drawing that illustrates how the parts will be assembled. The Contractor shall use an Anti Seize Compound approved by the site personnel on the axel threads to prevent galling.� Installation shall be approved by site personnel prior to final lubrication and placement of the carts back on the rails. Lubrication The Contractor shall use a grease gun to supply grease to all installed wheels. Grease shall be applied until it can be seen squeezing out from the wheel. The wheel will then be rotated six times. Once again grease will be applied until the grease can be seen squeezing out from around the wheel. Rail-Cart Reconnection Once the wheels have been installed, the rail carts will be placed back onto the rails. The Contractor will then reconnect the rail carts using the bars and pins removed in step one. Clean Up work Area The Contractor shall clean up the work area. The Contractor shall wipe up all excess oils and lubricants. The Contractor shall pick up and dispose of all rags, boxes, packaging and drop cloths. The Contractor shall sweep up and dispose of all dirt, rocks, rust and scale removed during cleaning. Contractor Responsibilities The project has a base bid to be performed per the following specifications: Contractor will verify all dimensions and existing site conditions prior to beginning work. Contractor shall keep work area clean daily and take measures to control debris while work is being performed. Contractor is required to manage the project and consult with the Government prior to beginning all work phases. Contractor shall perform work in a manner that minimizes the impact of the work on Government operations, research, and functions. Contractor will provide daily reports of work performed to the COR. Contractor shall remove and dispose of all construction related materials from all work areas daily and remove these waste materials from the site on a weekly basis. Contractor must have a superintendent on the jobsite when crews are performing the installation work. Contactor will provide their own restroom facility. Utilization of Bio-Based Products The contractor shall utilize products and material based from bio- based materials as applicable, (e.g. bio-based greases; bio-based hydraulic fluids, bio-based absorbents), to the maximum extent possible without jeopardizing the intended end use of detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to the applicable Federal Specifications and Standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR). Products can be found at: www.biopreferred.gov Safety The contractor will submit a Site Safety Specific Plan/Accident Prevention Plan in industry recognizable format to the Contracting Officer within 14 days of contract award. Contractor shall furnish a Site-Specific Safety Plan (SSSP) and the Government shall review the SSSP prior to the start any construction activities. SSSP shall be in typically accepted industry format. Damage to Government Property Any damage to the Government buildings, utilities, etc. caused as the result of the contractor�s activities shall be repaired or replaced to the satisfaction of the Government. � Inspection and Acceptance Upon completion, the Contractor and a government representative shall examine each rail car and all 48 wheels. The Contractor will demonstrate that the rail carts roll freely without the use of excessive force.� The Contractor shall schedule the inspection 10 days in advance, in writing, to the Contracting Officer � Project Schedule The start of this project is dependent on the delivery of the new wheels and associated parts to the Sugarcane Field Station. The Sugarcane Field Station will notify the Contracting Officer when the parts arrive, and then the Contracting Officer will contact the Contractor with the Notice to Proceed. The completion of this project shall not exceed 30 days from date of Notice to Proceed.� A request for time extension must be submitted to the Contracting Specialist in writing. Each request must include specific and detailed reasons in support of the schedule alteration. Site visits will be set after the current COVID-19 issue allows. USDA-ARS-Horticultural Research Lab 2001 South Rock Road Fort Pierce, FL 34945 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Service will begin as soon as possible; quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered service meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than April 24, 2020, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday April 17, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation Added Photos of the Railcar. Site Visit set up. This solicitation has been extended until until Friday, May 01, 2020. The location will be able to conduct a site visit on Monday, April 28th, 2020, at 10:00 AM. Please contact�George Carpenter�at george.carpenter@usda.gov or call�561-261-6588, to notify the location of who will be attending. Thanks.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94a0ed23460c49eb827211968cb9cc81/view)
 
Place of Performance
Address: Canal Point, FL 33438, USA
Zip Code: 33438
Country: USA
 
Record
SN05626159-F 20200422/200420230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.