Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOLICITATION NOTICE

J -- Cooling Tower Replacement (AMEND 0002)

Notice Date
4/30/2020 3:13:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
Contracting Office
TRACEN YORKTOWN(00041) YORKTOWN VA 23690 USA
 
ZIP Code
23690
 
Solicitation Number
70Z041-20-Q-QW403401
 
Response Due
5/12/2020 1:30:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Juan A. Soto, Phone: 7578562564, KATHERINE M. ROBERTS, Phone: 7578563500 EXT3102
 
E-Mail Address
Juan.A.Soto@uscg.mil, KATHERINE.M.ROBERTS@USCG.MIL
(Juan.A.Soto@uscg.mil, KATHERINE.M.ROBERTS@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*****THIS IS AN UPDATE TO THE ORIGINAL SYNOPSIS/SOLICITATION 70Z041-20-QQW403401 FROM 21 APRIL 2020 AND AS UPDATED ON 30 APRIL 2020 WITH APPLICABLE CHANGES AS A RESULT OF AMENDMENT 0002 IS ATTACHED HEREIN � ALL CHANGES ARE IN UNDERLINED IN BOLD TEXT:� This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. The Solicitation 70Z04120QQW403401 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 of 30 March 2020. This procurement is a 100% Total Small Business Set-Aside and the associated North American Industry Classification System (NAICS) Code is 423720, Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers, with Size Standard is 500 Employees. The United States Coast Guard (USCG) Training Center Yorktown has a requirement for a Cooling Tower Replacement at the US Coast Guard Training Center Yorktown, Virginia in accordance with the following Performance Work Statement (PWS): Scope: The Contractor shall provide all labor, materials, tools, equipment, and supervision to remove and replace the existing cooling tower (BAC Model VTL-066-J) with a new Brand Name or Equal cooling tower in accordance with the following tasks: TASK ONE. REMOVAL OF EXISTING COOLING TOWER 1. Lock and tag out the equipment. 2. Drain the existing cooling tower. 3. Remove the fan motor electrical connections. 4. Remove the existing drain and overflow back to the closest point for the removal of the existing equipment. 5. Remove the existing Chill Water System (CWS) and Chill Water Reservoir (CWR) piping back to the flange connections. 6. Unbolt and break free all necessary mounting hardware for the removal of the existing equipment. 7. Provide the necessary equipment to assist with the rig out and loading of the existing cooling tower. TASK TWO. INSTALLATION OF NEW COOLING TOWER 1. Receive and transport one (1) new cooling tower to TRACEN Yorktown. 2. Install one (1) new cooling tower. 3. Furnish and install mounting hardware 4. Furnish and install two (2) new four (4) inch flanges on the cooling tower connections. 5. Re-install the existing Chill Water System (CWS) and Chill Water Reservoir (CWR) piping to the new flanges, utilizing new flange gaskets and mounting hardware. 6. Provide electrical wiring to the new fan motor. 7. Flood tower piping and check for leaks. Repair if necessary. 8. Fill the tower with water and check for leaks. 9. Provide start-up, commissioning and owner training. 10. Removal of old parts and debris. TASK THREE: DAMAGES 1. The Contractor shall be responsible for any equipment damage resulting from disassembly, loading, physical transfer, unloading, or installation of the equipment within this PWS. 2. The Government will provide the Contractor a written list of damaged items after the completion of the tasks. 3. The Contractor Representative and the Government Representative will visually inspect the damaged item(s). Except when loss and/or damage arises out of the causes beyond the control and without the fault or negligence of the Contractor, the Contractor shall assume full liability for any and all goods lost and/or damaged in the relocation covered by this PWS. TASK FOUR:� OPEN AND INSPECT 450 Gallon Collection Tank and Associated Piping. Drain Tank. Open Tank and Inspect condition. Inspect Piping from Cooling Tower to Tank for Corrosion. Clean Tank and Piping. Preserve Tank (if needed). Re-install all covers and piping. Fill Tank. Test Tank function to ensure proper operation. Removal of all debris. Period of Performance The period of performance for this contract and all on-site work shall be completed within 60 days after award date (subject to change due to COVID-19). An exact completion date will be specified at time of award. SITE VISITS A site visit may be scheduled but due to the COVID-19 events, any individual attending the site visit must comply with social distancing and MUST provide and wear a face mask and gloves to the site visit. Attachment (2), Authorized Vendors Access List must be submitted via email to Mr. Juan Soto juan.a.soto@uscg.mil (757)856-2564. Site Visits will be held no later than 3PM EST on Tuesday 5 May 2020. INSTRUCTIONS TO OFFERORS: The contractor shall provide the following in addition to price: capability statement; state certification; performance schedule; past performance information; completed FAR 52.212-3; and, offers' name, address, point of contact name, phone number, fax number, email address, Tax Identification Number (TIN) and DUNS number. Relevant Past Performance information shall be three references within the last five years (5) years and the reference company name, point of contact, telephone number, fax number and email address. This information MUST be current. Failure to submit the completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. FAR Part 13 Evaluation Procedures to be used on the basis of award using lowest price technically acceptable approach. Evaluation criteria factors: price, technical, past performance. The Offeror shall submit the following: 1) firm-fixed pricing inclusive of all costs required by this solicitation. Pricing shall include a breakout of Labor, Materials, any other applicable expenses; 2) capability statement in performing the solicitation requirements; 3) performance schedule; and, 4) past performance. Failure to provide all above elements will be determined as a non-responsive quote. The resultant contract from this solicitation will be Firm Fixed Price (FFP). The Offeror must comply with the following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) Provisions and Clauses for Commercial items incorporated herein by reference: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (tailored for quotes under FAR Part 13), applies to this acquisition; FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with Alternate I - the selected offeror must submit a completed copy of the listed representations and certifications; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6; 52.219-28; 52.222-3, 52.222-21, 52.222-26, 52.222-50, 52.223-18; 52.225-13; 52.232-33; 52.222-41; 52.222- 42, 52.222-55, and 52.222-62. Additional FAR Clauses: 52.204-13; 52.204-18; 52.232-40; 52.237-1; 52.246-1; 52.247-34. Additional FAR Provisions: 52.204-7; 52.204-16; 52.223-4. HSAR Clause 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items with the following Clauses: 3052.209-70; 3052.222-9; 3052.223-70; 3052.223-90; and, 3052.247-72. All clauses and provisions referenced in this announcement may be accessed at the following website free of charge: https://www.acquisition.gov/far and https://www.dhs.gov/publication/hsar. Department of Labor Wage Determination No. 2015-4341, Revision No. 13, Date of Revision 12/23/2019 wage rates for service contracts are included in this solicitation and are applicable. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror� or a derivative of that word appears, it is changed to ""quote/quoter� or a derivative of that word. An offeror must have a valid DUNS number and must be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) database per FAR Part 7, System Award Management, before an award can be made. Offerors who are not registered with www.beta.sam.gov may be considered nonresponsive and will not be considered in the evaluation. The RFQ document shall be submitted via email in an electronic version in Word, Excel, or Adobe PDF format only. The file capability of USCG's servers is 10 megabytes (MBs). A quote that is of greater size shall be submitted in multiple transmissions, all of which must arrive by the quote submission deadline. By submission of its quote, the offeror is asserting that it understands the RFQ, the RFQ attachments, and that there are no exceptions to the RFQ or its attachments in the quote itself. This RFQ shall not be considered direction to proceed with the subject effort. This RFQ is not a promise of future direction to proceed. Offerors are solely responsible for all RFQ submission costs. All questions concerning this notice/solicitation shall be submitted in writing electronically via email to the Contracting Officer(s) Juan Soto at Juan.A.Soto@uscg.mil or SKC Katherine Roberts at Katherine.M.Roberts@uscg.mil NO LATER THAN 4:30PM EST, THURSDAY 7 MAY 2020, or your questions may not be answered. Questions & Answers posting will be issued by solicitation amendment. Quotes will only be accepted by email. Any quote received by the US Coast Guard that is not emailed will not be considered for award. All responsible sources may submit a quote electronically via email to Juan Soto at Juan.A.Soto@uscg.mil or SKC Katherine Roberts at Katherine.M.Roberts@uscg.mil, which if timely received, will be considered by the Agency. The NEW closing date and time for receipt of quotes is TUESDAY, 12 MAY 2020, at 4:30PM Eastern Standard Time (EST).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/22b02f72293641d4b5f4b0f0df5cff12/view)
 
Place of Performance
Address: Yorktown, VA 23690, USA
Zip Code: 23690
Country: USA
 
Record
SN05641065-F 20200502/200430230142 (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.