Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2021 SAM #7210
SOLICITATION NOTICE

J -- HVAC Assessment and Repairs

Notice Date
8/26/2021 10:59:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
INTERNAT. BOUNDARY AND WATER COMM. El Paso TX 79902 USA
 
ZIP Code
79902
 
Solicitation Number
20213322007
 
Response Due
9/10/2021 1:00:00 PM
 
Archive Date
09/25/2021
 
Point of Contact
Sylvia Grindstaff, Phone: 9158324121, Suzette Smith, Phone: 9158324146
 
E-Mail Address
sylvia.grindstaff@ibwc.gov, suzette.smith@ibwc.gov
(sylvia.grindstaff@ibwc.gov, suzette.smith@ibwc.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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 separately. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 dated August 11, 2021. The solicitation number is 20213322007 and this solicitation is issued as a request for quote (RFQ). This is a 100% Small business Set Aside. The North American Industry Classification System (NAICS) for this requirement is, 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. Product of Service Code for this requirement is J041 � Maint/Repair/Rebuild of Equipment�Refrigeration, Air Conditioning, and Air Circulating Equipment, with a corresponding small business standard of 1,250 employees. Offer due date/local time: 2:00 PM Mountain on September 10, 2021. Please reference the solicitation number of 20213322007 in the subject. Offers shall be emailed to sylvia.grindstaff@ibwc.gov and Thomas.mendoza@ibwc.gov.�FAXED QUOTES WILL NOT BE ACCEPTED. Please include your DUNS number with your offer. � Only questions submitted by email to sylvya.grindtsaff@ibwc.gov and Thomas.mendoza@ibwc.gov will be considered. Questions received from Offerors after 2:00 pm Mountain on September 2, 2021 may not be responded to. � A site visit may be scheduled by contacting Morgan Rogers AOM, 619-662-7600 or by email morgan.rogers@ibwc.gov for the San Diego Field Office.� All vendors must adhere to COVID-19 requirements for social distancing and the use of personal protective equipment (PPE) (i.e. mask and gloves). Vendors will not be permitted access to IBWC facilities without proper PPE. Virtual site visits (video/photographs) are not permitted. COVID-19: Contractor employees must adhere to all CDC and OSHA COVID19 requirements while on IBWC property and when participating in any type of function associated with this requirement. Contractor must submit a basic Safety Plan addressing COVID19 with their proposal. The safety plan needs to outline safe working procedures for anticipated hazards, including a plan to contain infectious disease pursuant to CDC guidelines. Description : The United States Section of the International Boundary and Water Commission (USIBWC) San Diego Field Office (SDFO) has an urgent requirement to perform maintenance and repairs on the HVAC system serving the SDFO, located at 2995 Clearwater Way, San Diego, CA 92154.� The Vendor shall assess the performance and condition of the HVAC system and shall make all maintenance and repairs, to include labor and materials, as necessary to bring the HVAC system into full and proper operation, you must be certified HVAC. The Government will award a contract resulting from this solicitation to the responsible Offeror based on Lowest Price Technically Acceptable. Technical acceptability will be based on the Contractor�s Technical Approach, Expertise and Qualified Personnel to provide the services, and Past Performance. Technical Approach - Quote must demonstrate the technical approach by providing a two to three-page narrative addressing the items in the PWS. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule. �Past Performance � Quotes shall demonstrate successful past performance of at least one (1), but not more than three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project. Failure to submit required technical approach and past performance will deem a proposal non-responsive and no consideration for award will be given. Offerors must be Diamond Certified and provide certification. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. The clause at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Unless the offeror inserts a longer period of time, proposals will remain valid for a period of 90 calendar days from the date specified for receipt of proposals. Payment information: The Contractor will be paid in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (July 2013). Invoices will be submitted electronically via Invoice Processing Platform (IPP). Invoice Processing Platform: The U.S. Section International Boundary and Water Commission (USIBWC) has transitioned to an electronic invoicing system. The Invoice Processing Platform (IPP) is a secure, web-based system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis. IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. Information concerning accessing the IPP system will be provided at time of award. END of combined synopsis/solicitation.�� Attachments: Scope of Work Price Sheet Applicable Provisions and Clauses Wage Determination 2015-5635 Rev 16 dated 7/21/2021
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a04e407c19414488846c5063cbb8b52e/view)
 
Place of Performance
Address: San Diego, CA 92154, USA
Zip Code: 92154
Country: USA
 
Record
SN06112459-F 20210828/210826230128 (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.