Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2021 SAM #7125
SOLICITATION NOTICE

61 -- 61--KENNECOTT MICROGRID UPGRADES

Notice Date
6/2/2021 2:33:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221114 — Solar Electric Power Generation
 
Contracting Office
ALASKA REGIONAL OFFICE(97000) ANCHORAGE AK 99501 USA
 
ZIP Code
99501
 
Solicitation Number
140P9721Q0047
 
Response Due
6/8/2021 4:00:00 PM
 
Archive Date
06/23/2021
 
Point of Contact
Skinner, Darcy, Phone: 907-644-3312, Fax: 907-644-3821
 
E-Mail Address
Darcy_Skinner@nps.gov
(Darcy_Skinner@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
KENNECOTT MICROGRID UPGRADES (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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number for this requirement is 140P9721Q0047 and is issued as a request for quotation (RFQ) under the authority of FAR 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 Effective March 10, 2021. (iv) This acquisition is subject to a small business set-aside. The associated NAICS code is 221114 and small business size standard for this NAICS code is 250 employees. (v) The Schedule of Items applicable to this acquisition provides a list of contract line item numbers, items, quantities, and units of measure. The pricing portions of this Schedule of Items should be filled out and submitted as part of any quote submitted in response to this combined synopsis/solicitation. 1. Furnish and Install PV Solar Panels, ground-mounting system, junction boxes, electrical cabling and appurtenances 2. Furnish and Install Prefabricated Power-House Module (vi) The National Park Service, Alaska Region, Wrangell-St. Elias National Park and Preserve requires replacement of the existing powerhouse, power management, and power production system serving Park facilities at the Kennecott Mines National Historic Landmark. The selected contractor shall provide a new self-contained powerhouse, complete with all electrical power production equipment and appurtenances. The completed hybrid power production and storage system will be composed of a 25 kW propane generator, 72 kWh lithium type battery bank, 28.8 kW combined Solar Photovoltaic (PV) Array, Clean Agent Self-Contained Fire suppression system, and all of the system hardware and software required to provide a complete working system in accordance with the attached electrical design drawings, narrative, specifications and cut sheets. See Attachments for detailed description of specifications. Place of Delivery / Performance: Kennecott Mines National Historic Landmark, Kennecott, Alaska (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020), applies to this acquisition. The following addendum incorporates these additional provisions: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.211-6 Brand Name or Equal (AUG 1999) DIAR 1452.233-2 Service of Protest - Department of the Interior (Deviation) (JUL 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Darcy Skinner, National Park Service 240 West 5th Ave, Anchorage, AK 99501. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protester to the Department of the Interior Assistant Solicitor, Acquisitions and Intellectual Property, 1849 C Street, NW, Room 6511, Washington, DC 20240. (End of Provision) (ix) Evaluation: The Government will award a purchase order to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. This will be a best value award and the Government reserves the right to award the contract to other than the lowest priced quoter. Pursuant to FAR 13.106-2 -- Evaluation of Quotations or Offers, the Government will evaluate all quotes in an efficient and minimally burdensome fashion using the following evaluation criteria: - Technical Capability and Experience: Submit at least 3 examples of recently completed work of a similar nature. May include photos and drawings. Highlight any rural or remote experience, particularly in Alaska. - Approach: Provide proposed technical approach to this project, to include proposed equipment to be used, materials and timeline for deliverables. - Past Performance: Vendors are requested to provide 3 references for work comparable in complexity and similar in scope. The past performance references must include a Government or Commercial Point of Contact information to include name, organization, title, e-mail address, mailing address, and phone number. Past performance information may be based on the Government's knowledge of and previous experience with the quoter, or other reasonable basis. - Price (x) Quoters must electronically complete FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (JUN 2020), at www.SAM.gov before submitting the quote. Submit completed copy of FAR 52.212-3 representations and certifications with quote only if different from sam.gov. The complete provision can be found at www.acqusition.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2021), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: - 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) , with Alternate I (Oct 1995) - 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 2020) - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) - 52.204-13 System for Award Management Maintenance (OCT 2018) - 52.209.6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) - 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) - 52.219-8 Utilization of Small Business Concerns (OCT 2018) - 52.219-14 Limitations on Subcontracting (MAR 2020) - 52.219-28 Post Award Small Business Program Representation (NOV 2020) - 52.219-33 Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)). - 52.222-3 Convict Labor (JUN 2003) - 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2020) - 52.222-21 Prohibition of Segregated Facilities (APR 2015) - 52.222-26 Equal Opportunity (SEP 2016) - 52.222-35 Equal Opportunity for Veterans (JUN 2020) - 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) - 52.222-37 Employment Reports on Veterans (JUN 2020) - 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) - 52.222-50 Combating Trafficking in Persons (OCT 2020) - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) - 52.225-1 Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83) - 52.225-5 Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) - 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) - 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) - 52.247-64 Preference for Privately Owned US-Flag Commercial Vessels (FEB 2006) (xiii) The following additional contract requirements and terms and conditions apply to this acquisition: - 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) - 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) - 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) - 52.247-34 F.O.B. Destination (NOV 1991) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 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 invoice 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: Itemized invoice shall be submitted as an attachment. 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. (End of Clause) 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within their appointment, shall be at the Contractor's risk. (End of clause) (xiv) N/A (xv) Quotes must be received by 3 PM Alaska time, June 8, 2021 via email to Darcy Skinner, Contracting Officer, at darcy_skinner@nps.gov. (xvi) All correspondence regarding this solicitation must be sent in writing to: Darcy Skinner, Contracting Officer, at darcy_skinner@nps.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c4643f22636049f1bf2da5052120e8d6/view)
 
Record
SN06019469-F 20210604/210602230121 (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.