SOLICITATION NOTICE
44 -- Generator Surface Air Coolers
- Notice Date
- 9/2/2020 11:30:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332410
— Power Boiler and Heat Exchanger Manufacturing
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3020Q0097
- Response Due
- 9/11/2020 12:00:00 AM
- Archive Date
- 09/26/2020
- Point of Contact
- Rodriguez, Veronica
- E-Mail Address
-
vrodriguez@usbr.gov
(vrodriguez@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 140R3020Q0097 Generator Surface Air Coolers 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 be issued. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0097) is being issued subsequent to this combined synopsis/solicitation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-07. (iv) This requirement is a Total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 332410, Power Boiler and Heat Exchangers Manufacturing. The small business size standard for NAICS Code 332410 is 750 employees. (v) Line Item No. 10 - Generator Surface Air Cooler Supply, Qty: 20 EACH. The attached Specifications and Drawing No. P-8244228 provide more detailed information about the requirement and is attached to the RFQ. (vi) The Bureau of Reclamation has a requirement for generator surface air cooler supply. (vii) Delivery must be made within five months after receipt of order. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. The following addendum is also applicable to this RFQ. 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 enough literature in order to provide an accurate quote evaluation. (2) Submit the following information: (a) Unique Entity Identifier (UEI): ______________ (b) Contractor E-mail Address: ______________________________ (ix) FAR provision 52.212-2, Evaluation-Commercial Items (a) The Government will issue 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: Factor 1: Technical Capability Factor 2: Relevant Experience Factor 3: Price Technical Approach and Relevant Experience when combined, are more important than price. The non-price technical factors to be evaluated are as follows: FACTOR 1: TECHNICAL CAPABILITY: Contractor shall submit adequate information that can demonstrate their capability to provide generator air surface coolers. Quote must include a project timeline, detailed product literature and deliverables to meet the requirements described in the Specifications. FACTOR 2: RELEVANT EXPERIENCE. Quote shall demonstrate relevant experience by providing documentation of the following: The Quoter shall demonstrate the level of experience similar to those requested in the Specifications. All reported experience is related to fabrication of generator air surface coolers in an industrial setting. Major work features to be included are as follows: 1. Fabrication of generator air surface coolers; 2. Custom fabrication of generator air surface coolers based off of the original manufacturer's drawings to fit in an existing installation without modifications to existing piping and/or mounting. Quoter shall provide two to three references for projects within the last five (5) years which are similar in scope and complexity to the requirements described in the Specifications. Projects submitted must include the following information: a. Description of the project; b. Name/contact information of entity funding the work; c. Contract amount; d. Contract scheduled completion date and actual completion date; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. Addendum to 52.212-3, FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (a) Definitions. As used in this provision-- Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-- (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Representation. The Offeror represents that-- It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer-- (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (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: [Clause number, and clause title (e.g. 52.219-6, Notice of Total Small Business Aside) 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt 1 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 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibited of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.222-50, Combating Trafficking in Person 52.225-1, Buy American--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, in all solicitations and contracts that exceed the simplified acquisition threshold 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.204-16, Commercial and Government Entity Code Reporting 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-2, Service of Protest 52.242-15, Stop-Work Order 52.247-34, F.O.B. Destination Reclamation Invoicing Submission Requirements DOI-AAAP-228, v03, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-- INTERNET PAYMENT PLATFORM (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). Payment requests 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 requirement, the following documents are required to be submitted as an attachment to the IPP invoice: copy of the invoice; and a courtesy copy to: vrodriguez@usbr.gov. 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 CCR) 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. DIAR 1452.203-70, Restrictions on Endorsements--Department of the Interior The Contractor shall not refer to contracts awarded by the Department of the Interior in commercial advertising, as defined in FAR 31.205-1, in a manner which states or implies that the product or service provided is approved or endorsed by the Government, or is considered by the Government to be superior to other products or services. This restriction is intended to avoid the appearance of preference by the Government toward any product or service. The Contractor may request the Contracting Officer to make a determination as to the propriety of promotional material. Contractor Performance Assessment Reporting System (a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) DOI will utilize the Primary and Alternate Points of Contact shown in Central Contractor Registration (CCR) as the past performance contacts for your company that will be notified to complete the performance evaluation on behalf of your firm. If you have not yet designated Past Performance Points of Contact in CCR, we recommend that you do so, and request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of the performance period(s) specified in paragraph (a), the Contracting Officer will complete an interim or final past performance evaluation and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating ""No comment"" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment. Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as �source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. DIAR 1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION - DEPARTMENT OF THE INTERIOR (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) ""Trade Secret"" means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) ""Confidential commercial or financial information"" means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers ""commercial and financial information obtained from a person and privileged or confidential,"" and exemption (9), which covers ""geological and geophysical information, including maps, concerning wells."" (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: ""The information specifically identified on pages of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract."" (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: ""This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal."" (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. RAR 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS BUREAU OF RECLAMATION 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. (xiv) Not Applicable (xv) All questions shall be submitted via email to vrodriguez@usbr.gov no later than 9/4/2020, 12:00 p.m., local time. Quotes are due September 11, 2020, at 12:00 p.m., local time. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted via email to: vrodriguez@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Veronica Rodriguez and may be reached via e-mail at vrodriguez@usbr.gov , or by phone at 928-343-8266.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8359a03940d54eb2af5dd5e91c8b2c9c/view)
- Record
- SN05784414-F 20200904/200902230142 (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 |