Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOLICITATION NOTICE

H -- HOOVER DAM RESONANT TEST SET REFURBISHMENT IN ACCO

Notice Date
4/28/2020 10:12:32 AM
 
Notice Type
Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0047
 
Response Due
5/12/2020 12:00:00 AM
 
Archive Date
05/27/2020
 
Point of Contact
Wirth, Tanya
 
E-Mail Address
tlwirth@usbr.gov
(tlwirth@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
140R3020Q0047- Hoover Dam Resonant Test Set Refurbishment Combined Synopsis/Solicitation (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; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0047) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-05. (iv) This requirement is a small business set aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 334419 � Other Electronic Component Manufacturing. The small business size standard for NAICS Code 334419 is 750 employees. (v) Line item 0001 - refurbish and upgrade controls of a USB on existing resonant test system. The Scope of Work (SOW) provides more detailed information about the requirement and is attached to the RFQ. (vi) The Bureau of Reclamation has a requirement for the repair, maintenance and refurbishment of a high voltage series resonant test set with upgraded controls of a USB. (vii) Work shall begin on or about 05/15/2020. All work shall be completed by 08/30/2020. Work shall be completed at the vendor's site. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. (ix) Determination of award will be based on the lowest-priced responsive quote from a responsible offeror. (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 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (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: 52.219-28, Post Award Small Business Program Representation (MAR 2020) 52.222-3, Convict Labor (JAN 2020) 52.222-19, Child Labor -Cooperation with Authorities and Remedies (JAN 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JAN 2020) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (JAN 2020) (xiii) Additional contract requirements include the following clauses and provisions: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-13, Central Contractor Registration Maintenance (JAN 2020) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 52.232-99, Providing Accelerated Payment to Small Business Subcontracts (DEVIATION), (JAN 2020) 52.242-15, Stop-Work Order (JAN 2020) 52.252-06, Authorized Deviations in Clause (JAN 2020) 1452.237-80, Security Requirements, Information Technology/Compulsory Protection of Sensitive Information and Security Access Requirements (JAN 2020) Reclamation Invoicing Submission Requirements 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-20, Aerosols (JUN 2016)(E.O. 13693) 52.223-21, Foams (JUN 2016)(E.O. 13693) 52.225-1, Buy American�Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). This Statement is for Information Only: Employee Class Monetary Wage - Fringe Benefits Electronics Mechanic WG-10; MONETARY WAGE- $28.63/hr.; FRINGE BENEFITS � 19%, includes paid health insurance premiums, retirement benefits, vacation pay, and sick leave pay. This Statement is for Information Only: It is not a Wage Determination 52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016) ADDENDUM TO 52.212-1 WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation (May 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (End of Provision) (xiv) Not Applicable (xv) All questions shall be submitted via email to tlwirth@usbr.gov no later than 3:00pm on 05/,1/2020, local time. Offers are due no later than 1:00pm on 5/12/2020, local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted via email to tlwirth@usbr.gov. (xvi) The Point of Contact for this solicitation is Tanya Wirth, Contract Specialist. She may be reached via e-mail at tlwirth@usbr.gov, or by phone at 702-293-8426. (xii) Fillable service clauses: 52.222-41, Service Contract Labor Standards � Attachment B - WAGE DETERMINATION 2015-5593, REVISION 12, DATE OF REVISION 12/23/19. End of Combined/Synopsis Solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5fa03f03018a4b588ccd449d12a39cbf/view)
 
Record
SN05637990-F 20200430/200428230145 (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.