Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SOLICITATION NOTICE

Z -- Hoover Dam Visitor Center Doors Replacement

Notice Date
7/17/2020 10:01:11 AM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3020Q0072
 
Response Due
7/30/2020 12:00:00 AM
 
Archive Date
08/14/2020
 
Point of Contact
Broadnax, Kevin
 
E-Mail Address
kbroadnax@usbr.gov
(kbroadnax@usbr.gov)
 
Awardee
null
 
Description
140R3020Q0072- Replacement of Hoover Dam Observation Doors 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) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-04. (iv) This requirement is a full and open requirement. The North American Industry Classification System (NAICS) Code for this acquisition is: 238290 Other Building Equipment Contractors. (v) Line item 0001 Mobilization for Replacement of Hoover Dam Observation Doors. Line 0002 Labor for Replacement of Hoover Dam Observation Doors Line 0003 Materials for Replacement of Hoover Dam Observation Doors Line 0004 - Program, Testing and Final Commissioning for Replacement of Hoover Dam Observation Doors Line 0005 Demobilization The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. (vi) The Bureau of Reclamation has a requirement for the replacement of two doors located at the Hoover Dam Visitor Center. (vii) Work shall begin on or about August 15, 2020. All work shall be completed by October 30, 2020. Work shall be completed at Hoover Dam Visitor Center, Boulder City, NV 89005. THE FOLLOWING CLAUSES AND PROVISIONS 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. a. Addendum to FAR 52.212-1 Quote Submission Instructions This addendum replaced the term offer with quote within the provision 52.212-1. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision. (1) Offer shall complete and submit: a. Attachment 2 - Contract Price Schedule for the Supplies/Services with breakdown of materials. Pricing must be submitted on Attachment 2 - Contract Price Schedule on Excel sheet named Price Schedule with materials pricing broken down on Excel sheet named Material Breakdown. b. Attachment 4 - Past Performance Questionnaire. All documents are attached to the RFQ. (2) Submit the following information: (a) Unique Entity Identifier (UEI): ______________ (b) Contractor E-mail Address: ______________________________ (3) Technical and Past Performance Information Requested: (a) Technical: Offeror shall provide the information below in a written statement to explain their technical capability. A written response is required for each item. 1) Contractor Work Plan (CWP) Awardee's preliminary plan submitted with quotation will need to be reviewed and approved by the Sustainability and Environmental Management System (SEMS) committee, as a submittal after award. All cost for revisions and submittals prior to acceptance should be included with your quotation. 2) Applicable licenses and certifications. (b) References: 1) Offerors shall have their references complete and submit the attached Past Performance Questionnaire (PPQ) Attachment 4. PPQ must be submitted directly from your reference to the contracting office via email to Tanya Wirth at tlwirth@usbr.gov. 2) It is the Offerors responsibility to ensure that at least 3 different references submit past performance questionnaires prior to the quotation due date. PPQs provided directly from the offeror will not be considered. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available, will be given a Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Contractor Performance Assessment Reporting System (CPARS) database located at http//www.cpars.gov is one of the sources that will be utilized. (ix) FAR provision 52.212-2, Evaluation-Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance 3. Price (all proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing.) (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: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018) ADDENDUM TO 52.212-4: 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.242-15 STOP-WORK ORDER (AUG 1989) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 1452.201-70 Authorities and Delegations (Sep 2011) WBR 1452.201-80 CONTRACTING OFFICER�S REPRESENTATIVE'S AUTHORITIES AND LIMITATIONS -- BUREAU OF RECLAMATION (MAY 2018) WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace -- Bureau of Reclamation (Dec 2009) WBR 1452.237-80 SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Mar 2020) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C.644). 52.219-7, Notice of Partial Small Business Set-Aside (Mar 2020) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 632(a)(2)). 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15 U.S.C. 644(r)). 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). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 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). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). Attachment 3 - Wage Determination No.: 2015-5593, Revision No.: 13, Date of Last Revision: 07/02/2020. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) � Laborer, WG-05; MONETARY WAGE - $22.78/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. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) (Jul 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (MAR 2020) ADDENDUM TO 52.212-1: This addendum replaces the term ""offer"" with ""quote"" within the provision at 52.212-1. 52.204-7 SYSTEM FOR AWARD MANAGEMENT (Oct 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (Apr 1984) WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation (May 2005) 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2020) ADDENDUM TO 52.212-3: 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: NONE *SEE NOTE *The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist at tlwirth@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (xiv) Not Applicable (xv) All questions shall be submitted via email to tlwirth@usbr.gov no later than 07/27/2020 at 3:00 pm, local time. Offers are due 07/30/2020 at 3:00 pm, 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. She may be reached via e-mail at tlwirth@usbr.gov, or by phone at 702-293-8426. A site visit will be held on, 07/24/2020 at 8:00 am local time. All attendees must have preapproval to be allowed entry to Hoover Dam property and must confirm attendance to the site visit via email to Tanya Wirth at tlwirth@usbr.gov no later than Wednesday, 7/22/2020 at 3:00 pm, local time. ATTENDEES WITHOUT PRIOR APPROVAL WILL NOT BE ALLOWED PAST THE GUARDED ENTRYPOINT. All participants must wear safety protection (face mask) while on Bureau of Reclamation property. All attendants shall park in Lot 8 (next to the wing statues) and meet at the winged statues where you will be met. End of Combined/Synopsis Solicitation ATTACHMENT 1 - STATEMENT OF WORK/SPECIFICATIONS ATTACHMENT 2 - CONTRACT PRICE SCHEDULES ATTACHMENT 3 - DOL WAGE DETERMINATIONS ATTACHMENT 4 - PAST PERFORMANCE QUESTTIONNARE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d001055022d8418f816aabeffb811844/view)
 
Record
SN05724962-F 20200719/200717230138 (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.